09123/2003 Page 148

AGENDA ITEM 18

Consider awarding bids received for County annual contracts for fiscal year 2004. (List attached.)

Moved: Commissioner Boatright Seconded: Judge Doerfler Motion: To award bids received for County annual contracts for fiscal year 2004. (List attached.) Vote: 3 - O. Commissioner Limmer was absent from the dais.

< Attachment>

WILLIAMSON COUNTY JUDGE'S OFFICE 710 MAIN STREET, SECOND FLOOR GEORGETOWN, TEXAS 78626

AGENDA ITEM REQUEST FORM

AUDITORS 9/18/03

GINNY ATKINSON

SEPTEMBER 23, 2003

1. Consider awarding bids received for County annual contracts for Fiscal Year 2004 per attached list.

2. Consider awarding proposals received for Electronic Monitoring for the County CSCD to the low proposal meeting specifications - Sentinel Offender Services.

3. Consider awarding proposals received for Urinalysis Drug Testing for the County CSCD to the low proposal meeting specifications - American Bio Medical Corporation.

4. Consider awarding bids received for Gating Services for the County Parks & Recreation Department to the low bid meeting specifications - Mike Wharton and Associates.

AGENDA ITEM REQUEST DEADLINE -12 NOON ON THURSDAY 09/23/2003 Page 149

RECOMMENDED AWARDS

FISCAL YEAR 2004 ANNUAL CONTRACTS

BID NUMBER BID RECOMMENDED AWARD

04WCA004 CONCRETE LABOR & LABOR/MATERIALS EDD FULKES

04WCS005 CONCRETE - READY MIX TRANSIT MIX

04WCA010 FENCING MATERIAL AMERICAN FENCE & SUPPLY CO. 04WCA017 SEAL COATING BIG TEX PAVING

04WCA038 AMBULANCE REMOUNT SAN ANTONIO AMBULANCE

04WCA043 ASPHALT CEMENT & CUT BACK ITEM # 1 PRIMARY - MARLIN ASPHALT SECONDARY - CLEVELAND ASPHALT ITEMS # 2, 3, 4 PRIMARY - MARLIN ASPHALT SECONDARY - GULF STATES ASPHALT

04WCA054 CONCRETE BOX CULVERTS-POURED IN PLACE EDD FULKES 09/23/2003 Page 150

WILLIAMSON COUNTY AUDITOR'S OFFICE PURCHASING DEPARTMENT 710 MAIN STREET - SUITE 303 GEORGETOWN, TEXAS 78626

http://www.williamson-county.org/Procurement

BID TABULATION CONCRETE LABOR & LABOR/MATERIALS FOR UNIFIED ROAD AND BRIDGE SYSTEM

ANNUAL CONTRACT BID NUMBER: 04WCA004

CONTRACT PERIOD: OCTOBER 1, 2003 THRU SEPTEMBER 30,2004

II RECOMMENDED AWARD: EDD FULKES

ITEM DESCRIPTION UNIT # SHAFFER BARTON CEDA-TEX EDD CONCRETE MING SERVICES FULKES LABOR / LABOR & MATERIALS

1 Sidewalks, Up to 1000 square square feet foot 3.00/5.00 1.50/3.00 2.10/2.75 1.40/3.25 Minimum:

2 Sidewalks, Over 1000 square square feet foot 2.50/4.00 1.25/2.50 2.00/2.50 1.30/3.10

3 Rip Rap square Minimum: foot 4.00/6.00 2.50/5.25 1.90/2.20 1.70/3.75

4 Head Walls, Up to 36" pipe linear foot 650.00/750.00 60.00/96.00 150.00/17000 33.00/65.00

5 Head Walls, Over 36" linear foot 600.00/700.00 60.00/125.00 190.00/280.00 6.20F/15.00

6 Flat Work, Over 1000 square square feet foot 2.50/4.00 1.25/250.00 2.75/3.50 1.30/3.10 Edd Fulkes & Barton Mlng checked award of all Items or none. Edd Fulkes IS Iowan four of SIXItems. 09/23/2003 Page 151 WILLIAMSON COUNTY BID FORM CONCRETE LABOR AND MATERIALS ANNUAL CONTRACT BID NUMBER: 04WCA004

NAME OF BIDDER: Edd .....ll&''''l!~l,Jlik;aeail . . .--_.._-

Mailing Addrese:._--"2,,,,3...5J 0 Name 1us Road

City: Leander State: Tens .Zlp:-.2.B.fi.-a.41...... _

EmalJAddress: .. [email protected] .....c:p...m"'- -

. ITEM' DESCRIPTlOH UNIT LABOR ONLY LABOR a MATERIALS 1 Sldewl!IIks. Up to 1000 square ftei square foot "... Minimum: , . 2 /'~t1 3,22- Siclewalk.s, 'Over 1000 aquare teet , square foot j'3r!? - 3~)t' 3 RlpRsp square foot .. Minimum: 6- .Sl'P.q.;- "/.7~ I 3.75 4 Heed WilDs,UPto~§" ,pipe ,. Iineer foot 3:§~_ 41. ~5.~ 5 Head Walls, Over 36" lineer foot w- Jb UK. L "15' ""~,A ALrtr 6 Flet Work. eNer 1000 square feet sqUire foot ., /.'IA -I ~.I" CHECK ONE OF THE FOllOINIIIIG:

OIOINltern "lISlI:(WIllaeCept llWBrd'On "any or all" items.)

111"&11 or none" b.lll•. (WIl;~~IlI~ard of "III" 1telTl$o!liy. If left blenk ..1!lWitem· wiliappIY.)

The Urnlertligned, by his/her slgnatul'e, represents lI1el he!llhe is authorized to bind the bid~ to tvlly comply With the ter!'"s and condltlons'" thlt'attachilCllovltatJon tor Bid, Specifloalions, and SplJCiIIll>roV!Sions fOr the.smounl(s) shown on the accompanying bid Sheel(s): By signing below, you have read the entire documenl end agreed:O tneterms therein. ~--:~.~~~Ji'~-- SlgnallJre of Person AutHorized to'';;S~lgn::::-;;81;;;;D'-----

Printed ~~ and Tille Of $Iql'lfll'.:.., illd i'Jl lk 9Ii '------_.---- .•_---- 09/23/2003 Page 152

Ignlturl teqll on IWII'lIecIb only.

Hon. John C:-60(irfl.r, CountY"Judge Dele for the WHlial1180n Coun Com'l1lasionlrs Court

CONCRETE LADOR & MATERIALS 8,0 Pa;}e 1 of 7 09/2312003 Page 153

WllUAMSON COUNTY AUDITOR'S OFFICE PURCHASING DEPARTMENT 710 MAIN STREET. SUITE 303 GEORGETOWN, TEXAS 78826

http://www.WIllillm~n-eounty.orgiProCU'''lMnt

FAX TRANSMIlTAL SHEET

FAX TRANSMITTING NUMBER: (512)943-1587

DATE: 71--3/-- O:J ** BID DOCUMENTS ** -"\':. ',:.:.:':,:': "':: : :.' " ":"""'.1 DATE SENSITIVE MATERIAL THE :~b~~c~,.SARE FOR: .26 -;.---.0:2 J.~ i z-d ~/k;;s ATTN: -...;.;;0.= _

FROM: Ginny Atkln.on .... nt Purchaalnll Director Purch •• 1nllDepartment (512)843.1554

TOTAL NUMBER OP'PAGES (INCLUDINGTHII TRANSMITTAL SHEET)~ IF YOU DO NOT RECEIVEALL PAGES. ~L "N~R A.'r(a.12)~.15S4. =:~,l~·tiZz::~:~r:7l:11:Tt1:t:·:Is ~NUALI!D~U_R; Q'f Wc..[j.....···.O"'. '_Q~L;------_ ~DfttiIiGWllnME; ?l~M.$i?'a..Od 3 .. . Qp~->@« ;;?~Ooe.....,/!)-'---__ --- <',:.: ",:. '. ',' ""'" : ".' .' ,,'..' ," ;,0" , ( * * BID DOCUMENTS ** DATE IENIITIVEMATER.IAL THANKS, .

~. 0912312003 Page 154

WILLIAMSON COUNTY AUDITOR'S OFFICE PURCHASING DEPARTMENT 710 MAIN STREET - SUITE 303 GEORGETOWN, TEXAS 78626

http://www.williamson-county.org/Procurement

BID TABULATION

CONCRETE - READY MIX FOR UNIFIED ROAD AND BRIDGE SYSTEM

ANNUAL BID BID NUMBER: 04WCA005

CONTRACT PERIOD: OCTOBER 1, 2003 THRU SEPTEMBER 30, 2004

II RECOMMENDED AWARD: TRANSIT MIX II

ALAMO ITEM DESCRIPTION UNIT D. SHAFFER TRANSIT # CONCRETE CONCRETE MIX

1 # 4 Sack Mix, 2000 PSI cubic yard 46.00 150.00 49.00

2 # 4.5 Sack Mix, 2500 PSI cubic yard 48.00 155.00 51.00

3 # 5 Sack Mix, 3000 PSI cubic yard 50.00 160.00 53.00

4 # 5.5 Sack Mix, 3500 PSI cubic yard 52.00 165.00 55.00

5 # 6 Sack Mix, 4000 PSI cubic yard 54.00 170.00 57.00

6 Truck Charge After First Hour hourly rate 60.00 60.00 60.00

7 Sack Cement Added to Mixes Sack 2.00 y, SACK 5.00 4.00/CY

8 Grout Added To Mixes Yard NIB NIB 71.00

9 Retarder or Water Reducer Yard NIB NIB 2.50

10 Air Entraining Agent Yard NIB NIB NIB

11 1 % Calcium Chloride Yard 1.25 10.00 1.50

12 2 % Calcium Chloride Yard 2.50 15.00 3.00

13 Back Fill Sand and Cement Dry 2 Sack Mix 42.00 150.00 NIB

Low Bid - Alamo Concrete will work Cedar Park, Leander, & Liberty Hill areas only. 09/23/2003 Page 155 WILLIAMSON COUNTY BID FORM CONCRETE - READY MIX ANNUAL CONTRACT BID NUMBER: 04WCA005

NAM E OF BIDDER: __ ----'-='-='-'-"-""'-"='-".",=-""-'''''''"'''''"'''''''''-''''''''-!..!...",,=-Transit Mix Concrete & Materials Company _

Mailing Address: -""'''''-''--!..!-'''''.--'''-''-''<>''--8906 Wall Street _

City: __ '-"''''-'''''----______Austin State: TX Zip: ----'-""--"-"'----78754

Email Address: -""-'-"'!'-""-"-'"""-'-"-'-'-"-""'''-''-''-'-''-'"''-'-lorraine. [email protected] _

Telephone: ( 512 836-6848 834-1140

ITEM # DESCRIPTION UNIT UNIT PRICE

1 # 4 Sack Mix, 2000 PSI cubic yard $ 49.00

2 # 4.5 Sack Mix, 2500 PSI cubic yard $ 51.00

3 # 5 Sack Mix, 3000 PSI cubic yard $ 53.00

4 # 5.5 Sack Mix, 3500 PSI cubic yard $ 55.00 5 # 6 Sack Mix, 4000 PSI cubic yard $ 57.00 6 Truck Charge After First Hour hourly rate $ 60.00 7 Sack Cement Added to Mixes Sack $ 4.00/cy

8 Grout Added To Mixes Yard $ 71.00/cy - 9sk Grout

9 Retarder or Water Reducer Yard $ 2.50/cy

10 Air Entraining Agent Yard N/A 11 1 % Calcium Chloride Yard $ 1.50/cy 12 2 % Calcium Chloride Yard $ 3.00/cy

13 Back Fill Sand and Cement Dry 2 Sack Mix

CHECK ONE OF THE FOLLOWING:

III low item basis. (Will accept award on "any or all" items.)

III "all or none" basis. (Will accept award of "all" items only. If left blank, low item will apply.)

Concrete - Ready Mix BID Page 4 of5 09/23/2003 Page 156

The undersigned, by his/her signature, represents that he/she is authorized to bind the bidder to fUlly comply with the terms and conditions of the attached Invitation for Bid, Specifications, and Special Provisions for the amount(s) shown on the a ompanying bid ,sheet(s). By signing below, you have read the entire document and agreed to the terms therein.

Date of BID: ;:;;~~~~~~~ffi~~"""""~u------_ --.lit.!J I/03

Printed Name and Title of Signer: ===~===~~======Lorraine Hammett - Sales Coordinator _

DO NOT SIGN OR SUBMIT WITHOUT READING ENTIRE DOCUMENT

Signature required on awarded bid only.

Hon. John C. Doerfler, County Judge Date for the Williamson CounJY Commissioners Court

Concrete - Ready Mix BID Page 5 of 5 Page 157 WILLIAMSON COUNTY AUDITOR'S OFFICE PURCHASING DEPARTMENT 710 MAIN STREET - SUITE 303 GEORGETOWN, TEXAS 78626

http://www.williamson-county.org/Procurement

BID TABULATION FENCING MATERIAL FOR UNIFIED ROAD AND BRIDGE SYSTEM

ANNUAL CONTRACT BID NUMBER: 04WCA010

CONTRACT PERIOD: OCTOBER 1 2003 THRU SEPTEMBER 30,2004

RECOMMENDED AWARD: AMERICAN FENCE & SUPPLY COMPANY

AMERICAN ITEM DESCRIPTION UNIT THE PIPE # FENCE RANCH 1 STEEL T-POST 1.33 LB PER FOOT

6.0 foot each 2.29 EA NIB

6.5 foot each 2.49 EA NIB

8.0 foot each 3.19 EA NIB

2 STEEL T-POST 1.25 LB PER FOOT

6.0 foot each 1.99 EA NIB

6.5 foot each 2.19 EA NIB

8.0 foot each NIB NIB

3 NEDINGWIRE

939-12-121/2 roll 64.95 NIB

939-6-121/2 roll 69.98 NIB 5 20 FT. MESH CADLE PANEL each NIB NIB 6 5/8 INCH CABLE Linear foot NIB NIB 7 2718 in. pipe Linear foot 2.45 1.25 8 4 x 4 mesh panels #6 gauge Each NIB NIB 9 16 foot lometa gate Each NIB NIB 10 4 FOOT ORANGE SAFE FENCE ROLL 34.00 NIB 11 24 SILT FENCE WITH 2 X 4 WIRE ROLL 59.00 NIB 09/23/2003 Page 158 WILLIAMSON COUNTY BID FORM FENCING MATERIAL ANNUAL CONTRACT BID NUMBER: 04WCA010

NAMEOFBIDDER !lmer/can FM1Ce- e 5W1y Co. 7 Mailing Address 35-01 N, £11 3)

City Gfor?v eWLJI/I State W Zip ?'$5:? 8 Ernall Address rn./OS @Mence ,COm

Telephone ( YI.2 ) _9.L....£?'-"o,-·_- .<-7'(=0-'-"0-'0"---_____ Fax: ( 5""1;(

ITEM# DESCRIPTION UNIT UNIT PRICE Steel T-Post 1.33 Ib per foot

6.0 foot each 1 J..,Jq Ute?, 6.5 foot each J" '19 e;;,.e!' 8.0 foot each 3,/1 &:tel·, Steel T-Post 1.25 Ib per foot

6.0 foot each 2 199 e4C/' 6.5 foot each ~./ C; U;t('i, 8.0 foot each NIl?- Netting Wire

3 939-12-121/2 t5et 01. e If roll 5'1.95per !

~'Er~CiNG MATERIAL BID Page4of5 09/23/2003 Page 159

Chain Link Fence, 9 gauge

4.0 foot Roll 12 .00 114' f(,tl 6.0 foot Roll f ,5-V 'J J2.11 8.0 foot Roll 'I I , 7:1./ JJef Il./I 13 20 foot x 6 foot Cattle Guard each ~/9q,oo' eeL,

CHECK ONE OF THE FOLLOWING:

!ill low item basis. (Will accept award on "any or all" items.)

!ill "all or none" basis. (Will accept award of "all" items only. If left blank, low item will apply.)

The undersigned, by his/her signature, represents that he/she is authorized to bind the bidder to fUlly comply with the terms and conditions of the attached Invitation for Bid, Specifications, and Special Provisions for the amount(s) shown on the accompanying bid sheet(s). By signing below, you have read the entire document and agreed to the terms therein, ?~""g"B" Date of BID: --'"'---"- _ Printed Name and Title of Signer: /l?J!d5 /l. 11l~£C1 11

DO NOT SIGN OR SUBMIT WITHOUT READING ENTIRE DOCUMENT

Signature required on awarded bid only.

Hon. John C. Doerfier, County Judge Date for the Williamson County Commissioners Court

FENCING MATERIAL BIO Page 5 of5 09/23/2003 Page 160

WILLIAMSON COUNTY AUDITOR'S OFFICE PURCHASING DEPARTMENT 710 MAIN STREET - SUITE 303 GEORGETOWN, TEXAS 78626

http://www.williamson-county.org/Procurement

BID TABULATIONS

SEAL COATING ANNUAL CONTRACT FOR UNIFIED ROAD AND BRIDGE SYSTEM

ANNUAL CONTRACT BID NUMBER: 04WCA017

CONTRACT PERIOD: OCTOBER 1, 2003 THRU SEPTEMBER 30, 2004

II RECOMMENDED AWARD: BIG TEX PAVING

BIG TEX BLACK J. D. RAMMING TEJAS PAVING TOPPER PAVING PAVING TECHNOLOGY COMPANY , Seal Coating I Square Yard .665 .749 .97 1.53 09/23/2003 Pllge 161

WILLIAMSON COUNTY BID FORM SEAL COATING ANNUAL CONTRACT BID NUMBER: 04WCA017

NAME OF BIDDER: .....J~!...L~-+...... ::=..II~!..-~~.L.iI.~'1-"fJau · __ ~~"-o. -- _

Mailing Address: __ --'~~..,..S-L!"-I'-----''--'--..L-=------:=----~-# an ;Jlqo City: :J"b fwz 51) AI c.'6 State: D Zip:_.!..-~~-=-.z:::...-_7 8f13~

Email Address: _

Telephone: (]SaD) 236 g - 7 $.2 a.

BID PRice PER SQUARE YARD:_..:...~:....:::::.... _

CHE:CKONE OF THE FOLLOWING:

• low Item basis. (Will eccept award on 'any or all" i1llms.) rn "ell 6r none" basis. (Will accept award of "all" ttems only. If left blank, low Item will apply.)

The undersigned, by hlslher signature, represents that he/she is authorlzed to bind the bidder to fully comply with the tenns ami conditions of the attached InvMallon for Bid, Specificetlons, and Special ProvlsioT15 for the amount(s) sI10wn on the a panying bid sheet(s). By signing below, Yll have rBlld the entire document and agreed to the terms tharein,

• ~ De1& of BID: 3I/).3/0 3' s n Authorized to Sign Bid

Printed Nama and Tille of Signer. k I(' (' oJ G D 0 d w ~.Aj ~ If'e..$ .

00 NOT SIGN OR SUBMIT WITHOUT ReADING ENTIRE DOCUMENT

, SlgnatuN required on awarded bid only.

lion . .Iohn C, OoerftlJr, County -!Udge Oste for\t1eWllllamllanCPWlly CorTll'Tlieslonen&CPurt

SEAL COATING BID Page 7 of 7 09/23/2003 Page 162

WILLIAMSON COUNTY AUDITOR'S OFFICE PURCHASING DEPARTMENT 710 MAIN STREET· SUITE 303 GEORGETOWN, TEXAS 78626

http://www.williamson-county.org/Procurement

BID TABULATIONS

ONE OR MORE REMOUNTED TYPE 1/CLASS 1 AMBULANCE

ANNUAL CONTRACT BID NUMBER: 04WCA038

CONTRACT PERIOD: OCTOBER 1, 2003 THRU SEPTEMBER 30, 2004

I RECOMMENDED AWARD: SAN ANTONIO AMBULANCE

Description Unit Cost Type I/Class I Remounted Ambulance SAN ANTONIO AMBULANCE Unit Cost of Chassis $27,493.48 $56,379.58 Unit Cost of Box $28,886.10 09/2312003 Page 163

Williamson County EMS

One or More He.ouRted Ime 1 I Class 1 Alnbulance

Annual Contract

Bid Nu.ber: 04WCA038

Bid open In. date Ii tI.e: August 6, 2003 - 2:00 -PM

Bid Sub.1tted By: san Antonio Alnbulance Sales, Inc. 1403S Dublin Sguare san Antonio, Ix. 78217 1-800-788-1403 Fax 21o-&S3-9486 'ohn M. ('ack) Huber, President 09/2312003 Page 164

SAN ANTONIO AMBULANCE SALES INC.

COJtom 80dt 'WmnOO3

Williamson County Auditor's Office Purchasing Dept. 71ON. Main Georgetown, TX 78626

Ref: Bid 04WCA038

ATIN Ms. Ginny Atkinson

Dear Ms. Atkinson,

Thank you again, for allowing San Antonio Ambulance Sales, Inc. the opportunity of bidding on your proposed ambulance remount contract proposal # 04WCA038 to be opened August 6,2003 2:P.M.

We at San Antonio Ambulance Sales, Inc. have had the pleasure of holding this contract for the past three-(3) years. We have understood that the county has been pleased with our service and certainly hope that we can again have this contract for another year.

San Antonio Ambulance Sales, Inc. is the License holder for the State of Texas for Richards &; Clarke, Inc. the manufacturer of the remounts. We also represent MedTec Ambulance Manufacturers, Inc.; the company that built the ambulances bodies and can offer to continue to extend that warranty for the body manufacturer. (See enclosure)

The bid price for the ambulance remount is $ 56,379.58 Fifty Six Thousand, Three Hundred, Seventy Nine & 58/100

14035 Dublin SQuare • San Antonio. Tx 78217 • 210-653-1444 • Fax 210-653-9466 • 1-800.788.1403 09/23/2003 Page 165

This also includes the price of the Ford Motor Company's chassis For 2004 at $ 27,493.48. This amount will be split off from the total and paid directly to Olathe Ford Motor Company to be able to obtain the best price form Ford Motor Company for Municipal Services. This is a practice that we have been able to do for the past three years thus enjoying the benefit of their lower prices to municipalities. The remaining $ 28,886.10 will be P!iyable upon delivery to Williamson County, TX.

Warranty on work performed by San Antonio Ambulance Sales, lne & Richards and Clarke, 12 Months, or 12,000. Miles, which ever comes first Warranty from Ford Motor Comp;iny 36 Months or 36,000 miles Warranty of ambulance body, structural" Lifetime" continued.

Enclosed is a list of ALL of our customers with contact and phone numbers. Williamson County is certainly listed.

Again, we thank you for your consideration. and support.

John M. Huber Prisident. 09/23/2003 Page 166

WILLIAMSON COUNTY AUDITOR'S OFF"'''~ PURCHASING DEPARTMENT ~". 710 MAIN STREET· SUITE 303 GEORGETOWN, TEXAS 78626

http://www.wllllamson-county.org/Procurement

INVITATION FOR BIDS

ONE OR MORE REMOUNTED TYPE 1/CLASS 1 AMBULANCE

ANNUAL CONTRACT

BID NUMBER: 04WCA038

BID OPENING DATE & TIME: AUGUST 6, 2003 - 2:00 PM

BID SUBMISSION REFERENCES: Williamson County requires bidder to DEADLINE: Bids must be received in the Williamson supply with this bid, a list of at least fifteen (15) County Auditor's Office prior to 2:00 PM on references where like services have been supplied by Wednuday, August 6, 2003. At which time the bids their firm. Include name of firm, address, telephone will be opened in the Williamson County Commissioner's number and name of representative. Courtroom on the 2nd floor of the County Courthouse. LEGIBLlTY: Bids must be legible and of a quality that METHODS: Sealed bids may be hand-delivered or can be reproduced. mailed to the Williamson County Auditor's Office, Attn: Ginny Atkinson - Purchasing, Third (3rd) floor - Suite FORMS: All bids must be submitted on the forms 303, Williamson County Courthouse (on the square), provided in this bid document. Changes to bid forms 710 Main Street, Georgetown, Texas 78626. made by bidders shall disqualify the bid. Bids cannot be altered or amended after submission deadline. FAXIEMAIL: Facsimile and electronic mail transmittals are acceptable. For instructions regarding electronic LATE BIP: Bids received after submission deadline will submissions, please visit http://www.williamson- not be opened and will be considered void and county.orgIProcurementlinfo.htm/#EBids. Failure to unacceptable. Williamson County is not responsible for follow these instructions may cause your bid to be lateness of mail, courier service, etc. rejected. RESPONSIBILITY: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following BID REQUIREMENTS requirements: TRIPLICATE: All bids must be submitted in triplicate (1 original complete bid set and 2 copies of the bid set). a) have adequate financial resources, or the ability to The bid sets should be marked "original" or "copy". A obtain such resources as required; "bid sef consists of the COMPLETED AND SIGNED Bid b) be able to comply with the required or proposed Form and any other required documentation. delivery schedule; c) have a satisfactory record of performance; SEALED: All bids must be retumed in a sealed envelope d) be otherwise qualified and eligible to receive an with the bid name, number, opening date and time award. clearly marked on the outside. If an overnight delivery service is used, the bid name, number, opening date and Williamson County may request representation and time must be clearly marked on the outside of the other information sufficient to determine bidder's ability delivery service envelope. to meet these minimum standards listed above.

REMOUNTED AMBUlANCE FOR EMS BID Page 1 of 21 09/2312003 Page 167

Commissioner's Court for the fiscal year in question. Upon the failure of Commissioner's Court to so AWARD appropriate in any year, the Vendor. may .elect to THIRTY DAYS: Awards should be made approximately terminate this agreement, with no additional liability to the County. The County and the Vendor agree that thirty (30) days after the bid opening date. Results maybe obtained by contacting the Purchasing Contact. termination shall be the Vendor's sole remedy under this circumstance. REJECTION OR ACCEPTANCE: No more than one bid will be awarded for any item, single department or area. Bids may be rejected for some items, departments or BID CONTACTS areas, even though awards are made for others. The PURCHASING CONTACT: convenience of having a single source for similar items Ginny Atkinson will be taken into consideration together with price in 710 Main Street - Suite 303 determining the lowest and best bid. Georgetown, TX 78626 (512) 943-1554 It is understood that the Commissioners Court of [email protected] Williamson County, Texas, reserves the right to aee:ept or reject any and/or all bids for any or all maten~ls TECHNICAL CONTACT: and/or services covered in this bid request, and to waive Jeff Hayes informalities or defects in the bid or to accept such bid it 303 Martin Luther King shall deem to be in the best interest of Williamson Georgetown, TX 78626 County. (512) 943-1264 [email protected] CONTRACT: This Bid, when properly accepted by Williamson County, shall constitute a contract equally binding between the successful bidder and Williamson MISCELLANEOUS County. FOB DESTINATION: All of the items listed are to be Free On Board to final destination (FOB Destination) The successful bidder may be required to sign an with all transportation charges if applicable to be additional agreement containing terms necessary to included in the price, unless otherwise specified in the ensure compliance with the bid. Invitation for Bids. The titie and risk of loss of the goods shall not pass to the County until receipt and acceptance CONTRACT ADMINISTRATION: Under this contract, takes place at the FOB point. Jeff Hayes, Director of Operations, Williamson County EMS, shall be the contract administrator with designated FIRM PRICING: All of the items listed are to be on a responsibility to ensure compliance with contract "per unif' basis, stating a firm price per unit or unit requirements, such as but not limited to, acceptance, quantity of each item. This price must be good from the inspection and delivery. The contract administrator will date of bid opening for a fixed period of time. Unless the serve as liaison between Williamson County Bid expressly states otherwise, this period shall be until Commissioner's Court and the successful bidder. the end of the current fiscal year on September 30, 2004. Bids which do not state a fixed price, or which are CONTRACT PERIOD1SI: The Initial Contract Period is subject to change without notice, will not be considered. October 1, 2003 through September 30, 2004. The Court may award a contract for the period implied or Possible extensions include: expressly stated in the lowest and best bid, but for no longer than the current fiscal year. October 1, 2004 through September 30, 2005 October 1, 2005 through September 30, 2006 ESTIMATED QUANTITIES: The estimated quantity of each item listed in the notice is only an estimate - the CONTRACT EXTENSIONS: At the end of the current actual quantity to be purchased may be more or less. fiscal year, the Commissioners Court reserves the nght The County is not obligated to purchase any minimum to extend this contract, by mutual agreement of both amount, and the County may purchase any reasonable parties, as it deems to be in the best interest of the amount greater than the estimate for the same unit price. county. This extension will be in twelve (12) month Any limit on quantities available must be stated increments for up to an additional twenty-four (24) expressly in the bid. months, with the terms and conditions remaining the same; and with a price escalation at renewal time each FUNDING: Funds for payment have been provided year of no more than the consumer price index for that through the Williamson County budget approved by year. The total period of this contract, including all Commissioners Court for the October 1, 2003 thru extensions will not exceed a maximum combined period september 30, 2004 fiscal year. of thirty-six (36) months. The extension of this contract is contingent on the appropriation of necessary funds by REMOUNTED AMBULANCE FOR EMS BID Page 2 of 21 09/2312003 Page 168

SALES TAX: Williamson County is by statute, exempt from the State Sales Tax and Federal Excise Tax. ETHICS: The bidder shall not accept or offer gifts or anything of value nor enter into any business STATEMENTS: No oral statement of any person shall arrangement with any employee, official or agent of modify or otherwise change, or affect the terms, Williamson County. conditions, plans and/or specifications stated in the various Bid Packages and/or Bid DOCUMENTATION: Bidder shall prOVide with this bid Instructions/Requirements. response, all documentation required by this bid. Failure to provide this information may result in rejection of the DELIVERY: The delivery time and location for the bid. commodity and/or service covered by this bid shall be as stated in the various bid packages. TERMINATION FOR DEFAULT: Williamson County reserves the right to enforce the performance of this PURCHASE ORDER: If required by the Williamson contract in any manner prescribed by law or deemed to County Purchasing Department a purchase order(s) may be in the best interest of the County in the event of be generated to the successful bidder for products breach or default of this contract. Non-Performance of and/or services. If a purchase order is issued the the bidder in terms of specifications shall be a basis for purchase order number must appear on all itemized the termination of the contract by the County. The invoices and/or requests for payment. County shall not pay for commodities/services which are unsatisfactory. Vendors will be given a reasonable PAYMENT: Payment shall be made by check from the opportunity before termination to correct the defICiencies. County upon satisfactory completion and acceptance of This, however, shall in no way be construed as negating items and submission of the Invoice to the ordering the basis for termination for non-performance. department for work specified by this Contract Document. All payments owed will be paid no later than SILENCE OF SPECIFICATIONS: The apparent silence thirty (30) days after the goods or services are received of these specificalions as to any detail or to Ihe apparent OR the date that the invoice is received by the Auditor's omission from il of a detailed description conceming any Office whichever is later. As a minimum, invoices shall point, shall be regarded as meaning that only the best include: practices are to prevail. All interpretations of Ihese specifications shall be made on the basis of this (1) Name, address, and telephone number of Vendor statement. and similar information in the event the payment is to be made to a different address COMPLIANCE WITH LAWS: The successful bidder shall (2) County contract, Purchase Order, and/or delivery comply with all applicable federal, state and local laws order number and regulations pertaining to the practice of the (3) Identification of items or service as outlined in the profession and the execution of duties under this bid contract including Ihe TEXAS HAZARD COMMUNICATION ACT (4) Quantity or quantities, applicable unit prices, total and THE WILLIAMSON COUNTY HAZARD prices, and total amount COMMUNICATION PROGRAM POLICY. (5) Any additional payment information which may be called for by the contract WORKER'S COMPENSATION Payment inquiries should be directed to the Auditor's This contract contemplates services that do not require Office, Accounts Payable Department: Donna McKitrick, worker's compensation insurance coverage. However, if 943-1558 or Kathy Blankenship, 943-1557. il becomes necessary that the bidder provide services related to the project such as delivering equipmenl or CONFLICT OF INTEREST: No public official shall have materials, an amended contract will be executed which interest in a contract, in accordance with Vemon's Texas fully complies with the Texas Labor Code and the Texas Codes Annotated, Local Government Code Tille 5, Worker's Compensation Commission requirements. SUbtitle C, Chapter 171.

BID SPECIFICATIONS

Vendor shall attach one (1) copy of entire specification and note compliance with all terms, conditions, and such other information as may be listed below each paragraph.

SPECIAL NOTE:

AI the bottom of each paragraph appears the following:

REMOUNTED AMBULANCE FOR EMS BID Page 3 of 21 09/2312003 Page 169

Does your bid comply with this requirement? ves __ X_ No__

Bidder is required to check one of the appropriate boxes for compliance or non-eompliance. Checking a "No" box will not necessarily disqualify the bidder from consideration, but is intended only to provide Williamson County (the County) and the Evaluation Committee with a means of determining overall compliance and judge whether or not the non-eompliance statement will affect the intended function, durability and service reqUired for this purchase.

All paragraphs marked "No" must be referenced and explained in the "Exceptions" section of the bid. Final inspection of the vehicle will be accomplished using these specifications to determine compliance. Therefore, paragraphs marked as complying will be inspected as SUCh.

SECTION 1 - GENERAL TERMS AND CONDITIONS

1.1 Scope: This specification covers the remounting of an emergency vehicle of the type specified in the Ambulance Design Criteria of the National Highway Traffic Safety Administration, U.S. Department of Transportation, Washington, D.C. This specification is based upon compliance to minimum standards as outlined in Federal Ambulance Specification (Current KKK Standard) and may reference specific paragraphs throughout these specifications. It is the intent to purchase a complete remounted vehicle that complies with these minimum standards, and other Federal referenced standards in effect at time of issuance. Where these specifications do not reference any specific section of the KKK document, that is not to be construed that the paragraph is not required for compliance. However, where specific requirements are spelled out in this specification, they will supersede those referenced in the KKK document.

The bidder shall point out any discrepancies in this specification document that may violate any FMVSS or state govemment licensing reqUirements. Failure of a vehicle to be certified due to omission or violation of these requirements will be the liability of the vendor.

Does your bid comply with this requirement?yes x No,__

1.2 Purpose - The purpose of these specifications are to provide a properly remounted vehicle which shall be easily maintained and constructed to a quality standard which shall insure maximum service life, level of quality and above all operational safety during the provision of emergency care to the general public.

Does the bidder recognize this requirement? Yes_x__ No__

1.3 Contract - These specifications shall become a part of the final contract. There is no intention to disqualify any bidder who meets the minimum requirements of these specifications. It should be noted, however, that this specification is written around specific needs of the County. As a result, price alone will not be the primary consideration in the final bid award. Purchase will be made from the vendor whose bid exhibits and meets all established minimum requirements, at the most competitive price.

Does the bidder recognize this requirement? Ves_x__ No__

1.3.1 Warranty Assurance - In order to protect the lifetime warranty, the successful bidder must have the written approval of the manufacturer of the conversion. This is to insure the continuation of the warranty of the module. Written approval from the manufacturer must be included in the bid package.

Does the bidder recognize this reqUirement? Yes_x__ No__

1.4 Comoarison - Each vendor must comply with the following:

A. In order that an equal and uniform comparison may be made, all bids must be submitted in the exact chronological format herein outlined on this bid form and signed by an authorized officer of the bidding company. Bidders standard bid and/or contract documents will not be considered in lieu of bid format herein required. The County will not attempt to decipher various manufacturers proprietary specification documents, etc. in an effort to determine compliance with all ttems required herein, and to make a determination if all bidders are bidding equal components and quality.

REMOUNTED AMBULANCE FOR EMS BID Page4ot21 09/23/2003 Page 170

B. These specifications are intended to provide a common standard to which all vendors shall comply. For this reason. the bidder must respond to each individual item in the checklist by indicating "Yes" or "No" where indicated. Failure to do 80 will disqualify the bid.

C. If the bidder is not going to fumish the item exactly as described in these specifICations, he must indicate a deviation even though he may feel he is eXceeding what is described. for each deviation taken. the bidder must include sufficient data of the intended substitution for a proper evaluation to be made. Terms such as ''to the intent of' will not be accaptable and may deem the bid unacceptable for evaluation.

Do.. the bidder recognize th.. e requlremente? Ves__ X_ No__

1.5 Vendors' Ability. HistorY & Service Capabilities - Each bidder shall indicate, on a separate sheet, the nature and extent of service capabilities and his ability, experience and history in the ambulance industry. Vendors shall be experienced in the supplying and servicing of such highly technical vehicles for a period not less than four years. To verify the vendor's abilities. a list of at least fifteen (15) customers must be included with the bid. This list is to contain the agency name, address. contact and contact telephone number for random verification.

Is this list enclosed with the bid? Yes_X_ No__

1.6 Descriptive Materials - Descriptive material such as plans. drawings. photographs. diagrams, illustrations, written descriptions. and manufacturers literature which will enable the purchaser to datermine the exact quality, design. and appearance of the apparatus proposed. shall accompany the bid. All equipment listed, or shown, in the manufacturer's literature, drawings. or photographs and approved by the County shall be fumished.

Has thebidder Included this Information? Yes_X_ No__

1.7 Complete Remounted Ambulance - This bid is for a complete remounted ambulance. so far as is outlined herein. No omissions shall be permitted, and ambulance shall be complete. serviced, and ready to use upon delivery. Minor details assumed to be fumished shall be included. Lack of a specific reference in these specifications shall not constitute excuse from such omission from final delivered ambulance.

Does thebidder recognize this requll'fInJent? Yes X No__

1.8 Vendor Liabilities - Successful bidder assumes all liability for patent infringements. trademarks, ate., if any. in remounting of the ambulance outlined herein and shall deliver the ambulance free of all liens. The chassis original manufacturer's statement of origins. properly assigned to the County. shall be fumished upon completion of contract and accaptance. Bidders are cautioned that a certificate of origin from the body builder only is not acceptable. Bidders are required to install a Final Stage Manufacturer Slicker in the appropriate location as required by Federal Law. In addition, vehicle must be tested and certified in compliance with the e!ectricalload(s) capacity requirements of National Truck Equipment Association (NTEA) Ambulance Manufacturer's Division Standard 005 - Ambulance 12 VoK DC Electrical Systems and proper vehicle slicker attached to unit.

Does the bidder recognize this requll'fInJent? Yes~ No__

1.9 Bidding Practices:

A. No bid may be withdrawn. modified. or otherwise changed once the bids have been opened. It will be assumed that each bidder has thoroughly and completely familiarized themselves with these specifications at time of bid. Modifications to a bid, once submitted, will not be permitted. Simply stated, if any item, feature. option, etc. is not stated in writing in bidder's proposal, it will not be considered. Bidders are cautioned that verbal or written modifications to already opened bids are neither valid. nor considered ethical, and the comparison and seleclion of bid award will proceed only from what is stated in bidder's written proposal.

B. These specifications have been prepared after due consideration by the County and altemate bids may not be permitted.

C. Lowest bid. while a major consideration. will not govem the purchase wholly. Bid award will be made from all considerations such as quality. conformance with these specifications and completeness of proposal.

REMOUNTED AMBULANCE FOR EMS BID Page 5 of 21 09/2312003 Page 171

D. Pre-Gonstruction Conference - Successful bidder may be required, prior to issuance of a final contract, to have a Pre-construction conference, which can also be classified as a Post Bid Conference. Bidder must be present in person to finalize all details and answer any final questions pUrchasing and the evaluation committee may have regarding the bid sUbmitted. No contract or authorization to begin construction will be authorized until such time as this conference is scheduled, or determined not to be necessary. All necessary materials and final drawings reqUired in this contract will be reqUired to be presented at this meeting, if not required prior to the bid opening.

E. Due to the complex nature of the vehicle being remounted, and to assure that there is no misunderstanding as to what is being requested by the County, each bidder is required to make an on-site vis~ with this agency prior to bidding. If vendor finds conditions that disagree with the physical layout as described in this bid, or other features of the specifications that appear to be in error, same shall be noted on bid. Failure to do so will be interpreted that bid is as specified.

Vendor may contact Jeff Hayes, Williamson County EMS Director of Operations, at (512) 943-1264 to schedule an on-s~e visit date and time.

Does the bidder recognize these requirements? Yes_X_ No _

1.10 On-site Visit - Bidder shall provide transportation, lodging and meals for two (2) persons to make an on-site pre- delivery inspection of the remounted ambulance. A minimum of two weeks notice shall be given prior to completion of ambulance in order for vis~ to be scheduled.

1.10.1 Display Booth - The first ambulance to be remounted will be completed before the Texas EMS Conference in November of each year and will be displayed at the Texas EMS Conference in the bidder's booth.

Does the bidder recognize this reqUirement? Yes_X_ No__

1.11 Deliverv Inspection Procedure - Upon arrival, vehicle purchased will be inspected, using this specification document, and each and every item and paragraph of the specifications attached will be checked, line by line, for compliance. No deviations from this specification will be permitted unless vendor has submitted such proposed deviation in detailed writing with this bid proposal and such exceptions are granted.

Does the bidder recognize this requirement? Yes_X_ No__

1.12 Liabil~ Insurance - Each bidder shall subm~ proof of Liabil~ Insurance in the amount of $1,000,000 (one million dollars). Failure to do so will render bid non-rasponsive and the bid shall be rejected.

Does your bid comply with this requirement? Yes_X_ No__

1.13 Affidav~ of Pending Litigation - Each bidder shall include a notarized affidav~ disclosing any pending or anticipated litigation between the Bidder and any other party or partias. In addition, any suits that have been settled within the past twelve months shall be listed. Included shall be a description of the suil(s) and the status/outcome. Failure to subm~ affidav~ will cause the bid to be non-rasponsive and it shall be rejected.

Does your bid comply with this requirement? Ves_X_ No__

1.14 Repair Facilitv - Bidder shall have a repairfacil~ and parts depot within one hundred and fifty (150) miles of customer. Bidder shall state below the location of their nearast service facility and parts depot to the Williamson County EMS location.

Address: 14035 Dublin ~quare San Aht6nlO, Ix. 7821}

Contact: John Huber Jack Huber Phone: (210) 653 1444 800-788-1403 X Does your bid comply with this reqUirement? Ves__ No__

REMOUNTED AMBULANCE FOR EMS BID Page 6 of 21 09/23/2003 Page 172

1.15 Texas Vehicles Dealer's License - Each bidder shall be licensed as a Texas Motor Vehicle Dealer. The actual remounter must be licensed as a Texas Motor Vehicle manufacturer. It is illegal in the State of Texas for a manufacturer to bid direct without going through a dealer. Included in this bid shall be copies of both the dealer and manufacturer's Texas Motor Vehicle licenses. Failure to include copies will disqualify bidder.

Does your bid comply with this requirement? Yes_X__ No__

1.16 Manufacturer - The preferred bidder should be a stand alone company whose primary purpose is to remount ambulances. The manufacturer under Texas law shall have its own Product Liability Insurance Policy, place of business and be a separate corporation from its dealer. This contract shall not be sublet to any outside contractor unless there is written approval from Williamson County EMS. Any manufacturer that bids on this contract shall complete the contract at the manufacturer's corporate address.

Does your bid comply with this requirement? Yes-x- No__

SECTION 2 "AMBULANCE CONSTRUCTION SPECIFICATIONS

2.1 The following pages ouUine details regarding the chassis, body and remounting reqUirements for the fumishing of a motorized vehicle classified by Federal document KKK-A-1822 as an "Ambulance".

Does the bidder recognize this requirement? Yes_X_ No__

2.2 Any section of this bid that does not detail required minimum standards as established by Federal Motor Vehicle safety Standards (FMVSS) or other safety related standards in effect at the time of manufacture shall be complied with in full.

Does the bidder recognize this requirement? Yes_X_ No__

2.3 The design of the vehicle shall utilize floor plan "A" loading arrangement of patients into the patient compartment. All litters shall be loaded into position with the heads of the patients forward in the vehicle.

Does the bidder recognize this requirement? Yes_X_ No__

2.4 Materials - Materials used in the remounting shall be new and not less than the quality conforming to current engineering and manufacturing practices. Materials shall be free of defects and suitable for the service intended.

Does the bidder recognize this requirement? Yes_X_ No__

2.5 Vehicle Operation, Performance, and Phvsical Characteristics - The following is a description of the Cab-Chassis that will meet the minimum requirements of this specification and it is expressed as minimums. In addition, the chassis shall comply with paragraphs 3.4 through 3.6.14 of Federal Specification KKK-A- 1822. When specific performance requirements are specified herein by these specifications, those performance standards shall prevail over the minimum requirements of the KKK-A-1822 document, as provided in paregraph 3.4.1.

Does the bidder recognize this requirement? Yes~ No__

2.6 Manufacturer and Model Year - The Cab-Chassis meeting the requirements of this specification will be the current or newest model year (whichever is available) Dual Rear Wheel Chassis, XLT trim level, with a 47A ambUlance prep package.

Does your bid comply with this reqUirement? Yes-x- No__

2.7 Wheelbase - 164.8" inches. Cab to Axle 84".

Does your bid comply with this reqUirement? Yes_X__ No__

2.8 GVW,R. - 12,500 Ibs.

Does your bid comply with this reqUirement? Yes_X__ No__

REMOUNTED AMBULANCE FOR EMS BID Page 7 of 21 09/23/2003 Page 173

2.9 Chassis Option - 47A Ambulance Identifier Package.

DoflS your bid comply with this requirement? Yes_X_ No__

2.10 Engine - 6.0L Direct Injection Power Stroke Turbo Diesel, v-a (366 cid),

Does your bid comply with this requirement? Yes_x_ No__

2.11 Transmission - Ford Hydro Torque, Electronically controlled 5-speed, automatic overdrive.

DoflS your bid comply with this requirement? YfIS_X_ No__

2.12 Axle Front - 4,850 Ibs. Twin I-Beam IFS. X Does your bid comply with this requirement? YfIS_ _ No__

2.13 Axle Rear - 9,750 Ibs. wide track type with limited slip.

DoflS your bid comply with this requirement? YfIS_X_ No__

2.14 Brakes - Power self-adjusting, vacuum boost.

Does your bid comply with this requirement? YfIS_X_ No__

2.15 Steeling - Power assisted with tiR steering wheel and OEM cruise control.

Does your bid comply with this reqUirement? YfIS-lL- No'-- __

2.16 Homs - Dual electric.

Does your bid comply with this requirement? YfIS--lL- No__

2.17 Batteries - Dual System, (2) OEM.

Does your bid comply with this requirement? YfIS_X_ No__

2.18 Air Conditioning/Heating - Factory installed heater and air conditioner.

Does your bid comply with this requirement? YfIS_X_ No__

2.19 Fuel Tank - Single, 36 gallon total, aft of axle. Fuel filler housing shall be polished aluminum casting flush mounted on the left side of the body installed to meet minimums as outlined in the Chassis Manufacturer's Body Builders Manual. Fuel filling shall not be obstructed by kinked or poor angle of the filler hose. It shall be the bidder's responsibility to fill the unit completaly and assure that during filling process fuel flow meets OEM specifications.

Does your bid comply with this requirement? YfIS_X_ No__

2.20 Wipers - Shall be a minimum of two speeds with pause and intermittent features, with standard windshield washer functions.

Does your bid comply with this reqUirement? YfIS_X_ No__

2.21 Wheels - seven (7) 8 hole 16 x 6.0 steel disc.

The four outer wheels shall have Phoenix or equal stainless steel wheel inserts that match the design of OEM wheel with stainless steel hub and lug nut covers.

REMOUNTED AMBULANCE FOR EMS BID Page 8 0121 09/2312003 Page 174

A standard OEM spare wheel with mounted tire shall be supplied with the vehicle that matches the installed wheels and tires. The spare tire shall be shipped loose with the vehicle and not mounted in side compartment.

Does your bid comply with this requirement? Y8S_X_ NO__

2.22 Tires - LT215185R16E black sidewall all season steel belted radials shall be provided and balanced for smooth operations. A non-mounted spare wheel and tire shall be provided.

Does your bid comply with this requirement? Y8S_X_ No__

2.23 Paint - Cab paint is to be white code Z1 available at time of manufacture.

Does your bid comply with this requif8ment? Y8S_X_ No__

2.24 Windows/Glass - All chassis windows shall be tinted safety glass.

Does your bid comply with this reqUirement? Y8S_X_ No__

2.25 Instrumentation - Shall have a full set of gauges that include oil pressure, water temperature and fuel level.

Does your bid comply with this reqUirement? Y8S_X_ No__

2.26 !nWi2r - Shall have Medium Graphite Gray color interior package with standard padded dashboard.

Does your bid comply with this requlf8ment? Y8S_X_ No__

2.27 ~ - Shall have OEM bucket seats, color-coordinated to the interior of the cab, provided with seatbelts and shoulder hamesses.

Does your bid comply with this requlf8ment? Y8S_X_ No__

2.28 Mirr2!l! - Two (2) heavy duty OEM mirrors with two-point mount shall be provided. In addition, one (1) OEM independently adjustable convex mirror shall be mounted to the left and right mirrors.

Does your bid comply with this requlf8ment? Y8S_X_ No__

2.29 Convenience Light Group - Cab is to have dome light controlled by headlight/parking switch and door operated switches. (Driver and Passenger).

Does your bid comply with this requlf8ment? Y8S_X_ No__

2.30 Lights - Vehicle shall have halogen headlights and front, side and rear ICC clearance markers. Wiring for taillights with individual brake lights, backup lights, and tum signals on the kick panel of the rear body. All clearance lights shall be new and have chrome protection shields to be Peterson Manufacturers # M122X or equal (No exception). Each body comer shall have proper body reflectors. All lights and reflectors shall meet standards as issued in current DOT publications for lnJck lights and markings. AIIICC lights are to be mounted on the body.

0011$your bid comply with this requlf8ment? Y8S_X_ No__

2.31 Radio - A factory installed AMlFM cassette Stereo radio shall be provided with speakers in the left and right cab doors.

Does your bid comply with this reqUirement? Y8S~ No__

2.32 Additional Chassis Requirements - The following are additional requirements the chassis must comply with. The manufacturer is reminded that all sections of KKK-A-1822 are reqUired, if not specifically addressed in the chassis section of this specification. Ignorance of the requirements of KKK-A-1822 is not an excuse for failure to supply said components. All lubrication and service categories are required prior to acceptance. REMOUNTED AMBULANCE FOR EMS BID Page 9 of 21 09/23/2003 Page 175

a. Electric power door locks and windows b. Engine block heater connected to shoreline c. An emergency door lock switch shall be mounted into the front grille for the prevention of accidental lockouts.

Does your bid comply with this l'lIqull8ment? Yes_X_ No__

2.33 Front-End Alignment and Vehicle Leveling - The bidder is responsible for verifying that the front wheel toe is within Ford Specifications on the completed vehicle. In addition. the front end shall be aligned and vehicle leveled after module has been mounted. Ford F-350 are typically manufactured with high load height. It shall be the remounter's responsibility to deliver the completed remount with a 31" - 33" load height. Proof this has been completed shall be provided to customer upon delivery of vehicle. (A copy of invoice from front-end shop is adequate.)

Does your bid comply with thlsl'lIqull8ment? Yes_X_ No__

2.34 Tail Pipe Extension - An OEM "baltoOn"tail pipe extension shall be installed on the vehicle. No welding of extension shall be allowed. X Does your bid comply with thlsl'lIqull8ment? Yes__ No__

2.35 Mud Flaps - Heavy-duty rubber rear mud flaps shall be installed on the unit.

Does your bid comply with thlsl'lIqull8ment? Yes_X_ No__

2.36 Front Bumper Guards - A Wam Chrome Transformer shall be mounted to the front Bumper. On the bottom shall be installed a 4" steel C channel brace covered with bright aluminum diamond plate. The 9x7 lights are to be mounted on this bracket.

Does your bid comply with thlsl'lIqull8ment? Yes_X_ No__

SECTION 3 • ELECTRICAL SYSTEMS AND COMPONENTS

3.1 The existing electrical system shall be inspected and tested so as to be in working order. Any problems found shall be repaired and/or corrected at no additional cost to the County. This shall include any defective switches. circuit breakers. and/or relays.

Does your bid comply with thlsl'lIqull8ment? Yes_X_ No__

3.1.1 To match the rest of the WCEMS fleet. the remount shall have the module power wired as follows: A 210 battery cable shall be run the shortest route directly to the battery swilch mounted on the console. The battery switch shall be a Cole-Hersee 2484. The wire running from the battery switch to the ambulance electrical panel shall also be a 210 cable run the shortest distance to the board. All of this cable shall be loomed and the end shall have heat shrink tubing applied.

Does your bid comply with this l'lIqull8ment? Yes_x_ No__

3.2 Electrical System Guidelines - All new wiring shall be minimum GXL or SXL type. high temperature. cross-link. except where ribbon cable or other types of milliamp type circuitry is utilized. It shall have actual circuit nomenclature heat imprinted a minimum of every six (6) inches on each wire. All wiring shell be color coded as . All wiring connections are to be made with high quality insulated crimp-on connectors. Any wire of 10 gauge or larger will have high quality crimp-on connectors and heat shrink tubing to cover the plastic jacket on the wire at least one inch and extend onto the connectors at least one half inch. All battery cable used shall be a minimum of 210SGX continuous length that is not spliced.

Bidder shall install new under hood wiring hamesses if original is found to be damaged and new battery cables. All wire in bundles of two (2) or more wires are to be enclosed in high temp plastic loom rated at 400 degrees Fahrenheit. Any loom attachments to the frame or body are to be made with stainless steel rubber insulated J-clips with stainless steel screws and/or bolts. REMOUNTED AMBULANCE FOR EMS BID Page 10 0121 09/23/2003 Page 176

The use of "Scotch-Lok" or "Scotch Add-A-5plice" or equivalent type connectors is exclusively prohibited.

Does your bid comply with this requirement? Y8S_X_ No__

3.3 A1temator - Shall be OEM supplied dual 110amp alternators.

Does your bid comply with this requirement? Y8S_X_ No__

3.4 Starting - Vehicles to use OEM chassis starting system With both batteries connected in parallel to prevent damage to starting motor. A new Cole Hersee 854 shall be mounted on the side of the drive~s seal. Use of a battery selector type switch is not permitted. This switch will be between the starter and all other ambulance components. Any bussbar to be used shall be copper. A "Battery ON" indicator lamp shall be provided on the switch panel. No other functions other than the OEM chassis components, siren and radio system (except where noted elsewhere) shall function when activated, unless the battery switch is activated. Wiring shall conform to proposed accommodations issued by GSA for KKK-A-1822 revision.

Does your bid comply with this reqUirement? Yes_X_ No, _

3.5 Back Lighting - Back lighting for master front and rear consoles shall only be on when the Battery Disconnect switch is on. All applicable switches shall have an intemal pilot light to indicate when the switch is on. The Master Disconnect switch shall be lighted when activated. There shall be provided a minimum of 12 switches on the console. Master control console labels shall be back-lighted With either green or red bulbs. All back lighting will be checked and any bulbs not working shall be replaced.

Does your bid comply with this requirement? Y8S_X_ No__

3.6 Exterior Light Fixtures - All exterior housings of lamps, eleclric devices and fixtures shall be corrosion resistant and weather proofed. Electrical fixtures atteched to the sides of the ambulance below the 75 inch level shall be near flush mounted, not to protrude more than two (2) inches, except for such items as spotlights, speakers and ventilators. Each fixture shall be examined for damage and repaired or replaced as needed.

Does your bid comply with this requirement? Yes-.l'- No. _

3.7 RFI Shielding - All electronic devices and equipment installed which produce RFI, shall have the proper fillers, suppresser or shielding to prevent electromagnetic radiation and the resultant interference to radios and other medical electronics. There shall be a minimum of two (2) new chassis to module body ground cables that are RFI braided type. There shall also be two (2) new additional standard ground straps mounted on the rear of the module to the chassis.

Does your bid comply with this reqUirement? Yes x No _

3.8 Door Ooening Waming Indicators - The electrical system shall incorporate a waming light located on the switch panel located on the drive~s console. It shall provide indicator lights for showing: patient compartment doors, side and rear, are open. A separate lamp shall indicate if any of the non-patient compartment entrance doors are open. They shall be intermittently flashing lamps. The function shall be indicated on a translucent legend that shall be backlighted.

Does your bid comply with this requirement? Yes_X__ No__

3.9 Wiring Installation - The ambulance body and accessory electrical equipment shall be served by circuits separate and distinct from the vehicle chassis circuits. All wiring provided by the bidder shall be copper and conform to all the SAE J1292 requirements and shall have GXL or SXL cross linked polyethylene thermoplastic or better insulation. Additionally, the wiring shall be permanently color coded to identify major wiring sections. Use of numbers to identify circuits is not acceptable, except in minor accessory circuits. If both types of systems are not utilized in the manufacturing process, the bidder shall explain the method proposed and how it aids in troUbleshooting or repairs. The wiring shall be routed in conduit or high ternperature looms With a rating of 400 degrees Fahrenheit. All added wiring shall be located in accessible, enclosed, and protected Iocetions and kept atlesst six inches away from the exhaust system components. Electrical wiring and components shall not terminate in the oxygen storage compartment, except for oxygen control solenoid (when specified), compartment light, and switch plunger.

REMOUNTEDAMBUUlNCEFOREMSBID Page11of 21 09/23/2003 Page 177

Additionally, the control devices, solenoids, relays and circuit breakers shall not be located in the panel housing the oxygen ouUets. Wiring necessarily passing through an oxygen compartment shall be routed in metal conduit or raceway. All conduits, looms, and wiring shall be secured to the body or frame with insulated stainless steel J straps in order to prevent sagging or other damage. All apertures on the vehicle shall be properly grommeted for passing wiring and conform to SAE J1292. All items used for protecting or securing the wiring shall be appropriate for the specific application and be standard automotive, aircraft, marine or electronic hardware.

Does your bid comply with this requirement? Y8S_X_ No__

3.10 Automatic Idler - Automatic idler shall be OEM. The controller shall be mounted undemeath the console easily accessible for service. It shall not be accessible for adjustments by any person accept a qualified technician. It shall be preset to automatically come on when the parking brake is depressed and disengage when brake pedal is pressed. X Does your bid comply with this requirement? Y8S__ No__

3.11 Ammeter - The electrical system shall incorporate one ammeter which is capable of indicating a current of 200 amperes to or from (charging or discharging) the batteries. The ammeter shall incorporate an extemal halls effect, which does not exceed 300 milli-volts at maximum current. The ammeter shall show the altemator battery charge or discharge. The ammeter and Halls Effect shall have a combined accuracy of approximately 10 percent of the full-scale reading. The ammeters shall be located in the master control console must be easily seen by the driver. It shall be back- lighted. The bidder shall inspect the existing ammeter to assure it is working and repair or replace as needed.

Does your bid comply with this requirement? Y8S_X_ No__

3.12 Voltmeter - The vehicle shall be equipped with a voltmeter to monitor system voltage. The voltmeter connection shall be direct to eliminate erroneous readings from connection voltage drops. The voltmeter will be mounted on the master console next to the ammeter. It shall be back-lighted. NO EXCEPTIONS

Does your bid comply with this requirement? Y8S_X_ No__

3.13 Master Console Controls - The driver's compartment controls shall be located in a new console constructed by the bidder that matches the cab interior color scheme. All comers and edges shall be rounded to prevent possible serious injury to personnel. Sharp comers that are not protected shall not be allowed and will be cause for rejection. The control rocker switches shall be located dir8CUyto the right of the driver. The original switch panel shall be installed. The siren control heads shall be flush mounted in the console. This console shall be mounted on the floor below the dash level. The console cannot interfere with the air bag deployment. There shall be additional room for the mounting of redios or other eqUipment. There shall also be storage for clipboards and map books. see Williamson CountyEMS for drawings.

Does your bid comply with this requirement? Y8S_X_ No__

3.14 12 VoltOutiets - There shall be two (2) 12 volt outiets proVided that meet the requirements of KKK-A-1822D with medical isolator. Bidder is required to make sure these are in proper working order.

Does your bid comply with this requirement? Y8S_X_ No__

3.15 Backup Alarm - The original backup minimum of 97-db alarm shall be reinstalled under the rear body panel out of sight and protected from direct rear wheel splash. It shall be inspected and replaced if defective.

Does your bid comply with this requirement? Y8S_X_ No__

3.16 Door Jamb Switches - The bidder is required to replace all door jamb switches on all exterior compartment doors and patient entrance doors.

Does your bid comply with this requirement? Y8S_X_ No__

REMOUNTED AMBULANCE FOR EMS BID Pago120121 09123/2003 Page 178

3.17 Inverter- There shall be an inverterVanner 1050 CU or equal It shall be inspected for proper operation. If it is found to be defective it shall be sent to manufacturer for repairs or replaced. inverter with brand specified.

Does your bid comply with this requirement? Yes_X_ No__

3.18 Auto Eject - The two existing auto ejects shall be replaced with new Kussmaul 20 amp Super Auto Ejects.

Does your bid comply with this reqUirement? Yes_X_ No__

3.19 Power Converter- Each remount shall have a 45 amp power converter for the Hoseline 110 volt air conditioner system. It shall be inspected to ensure that is in proper working order.

Does your bid comply with this requirement? Yes_X_ No__

SECTION 4 - ON-BOARD 120 VOLT SYSTEM

4.1 120 Volt AC Utility Power· The module is fumished with a 2-wire plus ground 120 volt AC wiring system that is separate and distinct from the vehicle's 12 volt DC wiring system(s). The 120-voit AC electrical system, including wiring and associated equipment, shall comply with Article 551 of the National Electrical Code. This system is to be used while the vehicle is on standby for powering maintenance devices, medical equipment, battery chargers, and any other device(s) deemed necessery by the purchaser. The 120VAC system shall incorporate a ground fauit circuit interrupter (GFCI) device and a 15 ampere circuit breaker which can be used as a "Master" 120 volt disconnect switch. The GFCI and circuit breaker may be an integral unit.

It shall be the bidder'S responsibility to inspect the entire shoreline system and make sure the system is in good working order. Any repairs or replacement are the responsibility of the bidder.

The receptacle shall be a new 20 amp Kussmaul Super Auto Eject automatic ejector type wired to release the famale receptacle and cord when the ignition switch is in the "ON" position. This receptacle shall be wired in original location.

Does your bid comply with this reqUirement? Yes_X_ No _

SECTION 5 - VEHICLE LIGHTING REQUIREMENTS

5.1 Side Scene Lights - Located on the left and right side of the ambulance body will be a minimum of (2) 9x7 halogen lights. The remounted unit is to have as many as the original unit. The original lights shall be inspected and any polished to new condition. Any damaged or broken parts of the lights shall replaced or repaired. Separate lighted rocker switches on the front console, appropriately labeled with back-lighted legends will activate the left and right lights. In addition, the right side light will be automatically activated whenever the right patient compartment door is opened. The lights will incorporate a 15 degree angled light projeclign. They shall be the same style and brand as the waming lights. Bidder shall install new lenses.

Does your bid comply with this requirement? Yes_X_ No__

5.2 Rear Load Lights - Located over the rear patient compartment entrance doors will be two (2) halogen load lights. They shall be activated whenever the rear doors are opened or when the transmission is in the reverse mode. They shall incorporate a 26 degree angled projection. They shall be installed in the Iightbar. They shall be cleaned and inspected, any damaged parts shall be replaced. Bidder shall install new lenses.

Does your bid comply with this requirement? Yes~ No__

5.3 Spotlight· There will be a new hand held spotlight provided in the cab, hard wired into the dash panel.

Does your bid comply with this requirement? Yes_X_ No__

5.4 Emergencv & 5afely Flashing Lights - The emergency flashing lights shall conform to KKK-A-1822 requirements and flash pattem: The bidder shall reinstall the 9"x7" Whelen red strobe lights on each upper body comer, (rear strobes shall be visible when doors are opened), one (1) Whelen 9"x7" center white strobe light on the upper front body . Two (2) Whelen clearlred strobe lights shall be installed in Cast housings in the grille. One (1) Whelen strobe 3"x 7" with REMOUNTED AMBUIJ\NCE FOR EMS BID Page 13 of 21 09123/2003 Page 179

bezels shall be installed on the left and right front fenders. All original lights shall be polished to new like appearance. They shall be inspected and any defective parts shall be replaced. All lights shall have new lenses. 3x7 lights shall be replaced all together. The grille lights shall be Whelen 400 with optional pedestal mount It shall be mounted on the bar above the push bumper.

Wig-Wag headlight flashers shall be provided on a separate circuit from above flashers.

Does your bid comply with this requirement? YBS_X_ No__

5.5 Ljght Bar - There shall be a Whelen 9806 Edge Plus series Light Bar (Flush Mount), all strobe light bars installed flush on the face of the body front and rear, but shall not interfere with mandated flash pattems of the body flashers. No wiring or bolts shall be visible. These light bars are to be removed prior to painting. They shall be cleaned and polished. Any defective or broken parts are to be replaced. NEW LENSES SHALL BE INSTALLED.

Does your bid comply with this requirement? YBS_X_ No__

5.6 Patient Comcartment Ljghting (Dome Ljghtsl - All dome lights shall be inspected and repaired or replaced as needed. All Weldon Dome lenses shall be replaced with new. Fluorescent lights shall be repaired as necessary.

Does your bid comply with this requirement? YBS_X_ No__

5.7 Light - Located in the curbside patient compartment stepwell shall be mounted one light that automatically activates whenever the side door is opened. The bidder shall inspect and repair or replace if necessary.

Does your bid comply with this requirement? Y8S_X_ No__

5.8 Action Area Light - Over the action area shall be a Fluorescent Light. Bidder shall inspect and replace or repair any broken parts. X Do8S your bid comply with this requirement? Y8S_ _ No__

5.9.1 Tail Lights - On each side of the kick panel shall be reinstalled a taillight cluster. The taiVbrake lights shall operate separate from the tum signal. The lights shall be polished and cleaned to new like appearance. They shall furthermore be inspected and any broken or defective parts shall be replaced.

Does your bid comply with this requirement? Y8S_X_ No__

SECTION 6 • CAB-BODY DRIVER COMPARTMENT AND EQUIPMENT

6.1 Pass-Through - There shall be a "pass through" connector between module and chassis cab. Rear window of chassis cab shall be removed and replaced by a single sheet of .125 aluminum 5052 H 34 specially prepared with framed cutout. The aluminum panel shall be swirled sanded and sprayed with clear acrylic. New rubber bellows shall also be connected to front wall of module where cutout shall have been prepared during construction. Finished application shall provide uninterrupted capacity for flex without intrusion by air, water, or other airbome elements.

Does your bid comply with this requirement? Ves_X_ No__

6.2 5eatbelts - The manufacturer of the chassis shall provide seatbelt and shoulder hamess combinations for the driver and passenger seat in the cab of the vehicle. They may not be altered or substituted in any form. All belts shall be anchored to the chassis with grade 8 bolts and torqued to specifications provided by the chassis manufacturer for FMVSS requirements. Bidder shall examine all belts in patient compartment. Any deemed to be damaged or unsafe shall be replaced.

Does your bid comply with this reqUirement? Yes_X_ No__

6.3 Rear Step Bumoer Assembly - The existing rear step bumper shall be removed from the old chassis. The new chassis and remounted ambulance shall have a new step bumper installed. The frame work shall be heavy duly steel with decorative diamond plate aluminum end caps and trim covers. The center step shall be hinged with a heavy duty stainless steel plano hinge. If the step shall be aluminum grating, Williamson County requires the steps to be built and REMOUNTEDAMBULANCEFOREMSBID Page140121 09/2312003 Page 180

installed as the steps currently in use. This will allow for standardization of unit and the stocking of only one step for parts.

Does your bid comply with this reqUirement? Yes x No__

SECTION 7 • VEHICLE BODY AND PATIENT AREA

7.1 Body. General Construction - It is the intention of these specifications to require that the ambulance module body be free of any defects and in a like new condition. It shall be the responsibility of the bidder to inspect the body and framing for structural defects and repair them, including all sub-frame members. No rivets, screws, or other fasteners will be used for the attachment of any structural member or sheets.

X Does your bid comply with this requirement? Yes No__

7.2 Vehicle Body Structure - All parts of the ambulance body, as specified in paragraph 3.10.6 of Federal Specification KKK-A-1822, shall, where applicable, be of all welded construction. Where fasteners are used in such areas as hinge attachment, hardware attachment, etc., the fasteners shall be of aluminum or stainless steel, depending on the structural strength requirement. Any stainless steel hinges, rub rails or plates shall have barrier tape applied before installation prior to mounting.

Does your bid comply with this requirement? Yes,_X__ No__

7.3 Drip RailsIMoldings - All drip moldings over compartment and entrance doors are to be new polished aluminum. Installation of these moldings shall be such that will allow replacement, but not be attached by welding. screws or riYm.

Does your bid comply with this requirement? Yes_X_ No, _

7.4 Crash Rails - The module is provided with crash rails. The rails will be attached with stainless steel screws and be spaced away from the body with 3132" thick nylon washers to prevent accumulation of saRor other road debris. They shall extend from the front of the body to the wheelwell opening and from the rear of the wheelwell opening to the rear of the body panel. Any damaged rails shall replaced with new.

Does your bid comply with this reqUirement? Yes X No__

7.5 Body Mounting - The body shall be remounted onto the new chassis by the same means as the original installation. All bolts used in the installation shall be new. Between the steel sill plates and the aluminum sleeper rail shall be a New Ford OEM Mounting Puck of rubber isolator at least 4 each side shall be used. At a minimum, the mounting boRs used must be new 112" grade 8 with lock nuts to ensure torque specifications remain constant. The minimum torque requirement will be 145Mb. A stainless steel washer shall be inserted between the baR and the aluminum sleeper rail for isolation of dissimilar metals. Under no circumstances will any form of welding of the chassis frame rail be permitted for attachment of the module to the frame. None of the boRs from the old chassis are to be reused. All body boRs are to be new. It is the bidder's responsibility to make sure that the body is level and has no more than 112" differential from side to side.

Does your bid comply with this reqUirement? Yes X No, _

7.6 Door Hinges - All doors (including exterior compartment doors) are mounted using 3116" pin stainless steel hinges. Bidder is required to remove all hinges when painting body and to clean, polish, lubricate and confirm hinge is in good working order. Any hinges that are damaged, bent or not working freely and properly shall be replaced. If new hinges are reqUired they must be designed with horizontallvertical slotting for universal field adjustments. The horizontal slot will be on the doorframe and the vertical slots on the door. Attachment will be by 1/4 x 20 stainless steel boRs and lock washers. Under no circumstances will self-tapping screws or rivets be oennitted. Clean and polish old hinges, replacing any damaged hinges, bolts, rivets, etc. as needed.

Does your bid comply with this requirement? Yes X No _

7.7 Door Latches and Hardware - All opening and locking hardware for the patient compartment doors and exterior compartment doors will be cleaned, polished, lubricated and checked for proper working order. Any latch or hardware

REMOUNTED AMBULANCE FOR EMS BID Page 15 of 21 09/23/2003 Page 181 not working property shall be replaced with new hardware only. All door latches, hinges and hardware will comply with the reqUirements of FMVSS 206. Bidder shall install an electrical lock system on all exterior doors to work independently from the chassis system. A black momentary rocker switch shall be mounted on the dash of the cab for operation of the electric locks. These electric locks shall not interfere with the manual operation of the locks.

Replace all rubber gaskets with new ones, on all exterior compartment doors and patient compartment entrance doors. In addition there shall be a 2" embossed rubber applied to all bottom door seals. This will protect the paint from chipping.

Patient compartment entrance ways shall have 2" anti-slip tape applied to the bottom seal. X Does your bid comply with this requirement? Yes__ No__

7.8 Door Hold Oaen Devices - The side door and all exterior doors (spine board door may be exempted) must have all door hold open devices inspected and be repaired or replaced if damaged, with the equivalent of a chrome-plated or cadmium plated steel -loaded cam-over door holders to hold the doors open under all operating conditions and angles. New Cast Products C1087o-1 door holders with replaceable rubber inserts are reqUired on the rear doors and, when applicable, on the spine board compartment door. X Does your bid comply with this requirement? Yes No, _

7.9 Door and Entrance Handles - All door and entrance handles shall be cleaned and polished. Bidder is required to make sure that handle is securely fastened to doorframe or cabinets. Any defective handles are to be replaced with new ones.

Does your bid comply with this requirement? Yes X No, _

7.10 Fenderettes New fenderettes are to be installed in place of any damaged original fenderettes. X Does your bid comply vmh this requirement? Yes__ No _

7.11 Electric Door Locks - The module shall be equipped with electric door locks. There shall be a switch mounted on dash within easy reach of driver/attendant to lock or unlock exterior compartments. All locks shall be inspected and any found to be defective shall be replaced.

Does your bid comply with this requirement? Yes_X_ No, _

7.12 Patient Compartment Module Windows - Located in the curbside and two rear entrance doors shall be windows set in extruded aluminum framing, Each window shall be fitted with neoprene rubber seals and be environmentally tight. The glass will be automotive safety, tempered and tinted type. The side window will be sliding type with screen and the rear fixed. Windows are to be removed for painting, cleaned and polished with Wenol to give a like-new appearance. Prior to reinstalling, windows and seals are to be checked and any defective parts replaced, including chipped or cracked glasses.

Does your bid comply with this reqUirement? Yes X No, _

7.13 Exterior Compartment Doors - The exterior compartment doors will be inspected for defects or damage, including latching and lock hardware and hinges. They shall be removed prior to repainting body.

Does your bid comply with this requirement? Yes_X_ No, _

7.14 Water Test - The bidder shall perform a water test to insure that the module is leak free prior to delivery.

Does your bid comply with this requirement? Yes x No, _

REMOUNTEDAMBULANCEFOR EMS BID Page 16 of 21 09/23/2003 Page 182

SECTION 8· PATIENT COMPARTMENT INTERIOR DESIGN:

8.1 Interior Surfaces - Any interior modifications of the patient compartment will be free of all sharp projections. Exposed edges and comers will be broken with a radius, chamfered or will be covered with radius trim.

Does your bid comply with this requirement? Yes x No. _

8.2 Interior Finish - The finish of the interior patient compartment, will be impervious to soap and water, disinfectants, mildew and will be fire resistant as per FMVSS 301. The surface material required under this contract must be a high quality plastic laminate, equal to Nevamar brand. Vendor shall replace any damaged mica w~h new mica, color customer option. In addition, any damaged aluminum trim shall also be replaced.

Does your bid comply with this requirement? Yes x No, _

8.3 Interior Storage Accommodations - All cabinet door hardware shall be cleaned and inspected. Any damaged parts shall be replaced. Any modifications to interior cabinets shall be of plywood with Nevamar brand or equal plastic laminate construction. To maximize the load bearing strength, the face of all cabinets will be 314" thick. X Does your bid comply with thl. requirement? Yes__ No'-- __

8.4 Plexiglass - All plexiglass doors shall be cleaned and polished. Any cracked or broken doors shall be replaced with matching color plexigiass. Any doors with gouges or heavy scratches shall also be replaced.

Does your bid comply with this requirement? Yes x No, _

8.5 Floor - The interior floor shall be recovered with a minimum 25 mil thickness commercial vinyl, Tarkett Coordinates brand or equal, color coordinated to the interior color scheme selected. Prior to rolling the floor up the side walls the bidder shall fill the indentations in the cabinet and squad bench and make sure they are smooth. The floor covering shall be rolled up the side walls a minimum of 3" to facil~te easier cleaning and san~tion. Vendor shall replace on the side entrance and rear entrance door floors satin finish stainless steel protection plates extending back onto the floor a minimum of 3". All aluminum trim shall be replaced with new. X Does your bid comply With this requirement? Yes No _

8.6 Upholsterv - All old seating in the module shall be removed and replaced if ~ is found to be damaged. If all seating is replaced it shall be replaced with all new vacuum formed seamless seating. Upholstery installed shall meet FMVSS requirements. Upholstery shall be heavy automotive grade.

Does your bid comply with this reqUirement? Ves X No _

8.7 Bjo-Ha7Brd Plexiolass Door - A new plexiglass door shall be provided for the biohazard compartment if current one is damaged ..

Does your bid comply with thl. requirement? Yes,--",x,--_No__

8.8 Attendant Seat - There shall be a high back captains chair type attendant seat provided at the head of the primary cot. The seat shall be anchored through the floor with reinforcement plates for bolting. There shall be a minimum of four grade 8 bolts securing the seat base to the floor for crash-worthiness. If the seat Is damaged ~ shall be with high- grade commercial Vinyl matching the color of all other vinyl used for trim within the ambulance. X Does your bid comply with this requirement? Yes__ No__

SECTION 9 • LIFE SUPPORT EQUIPMENT

9.1 OXYgen ComPartment - The oxygen compartment shall store the main oxygen tank. The securing straps and brackets will be inspected for any damage. The oxygen restraint system shall be replaced if it is damaged. The entire oxygen system shall be tested for leaks and repaired if any are found.

Does your bid comply with these requirements? Yes__ X_ No__

REMOUNTED AMBULANCE FOR EMS BID Pege 17 of 21 09/23/2003 Page 183

9.2 Oxygen System - The system will comply with all current KKK-A-1822D minimum requirements. The current system shall have a leak test run on it. If any modifications are made because a leak is found all the hose crimps will be machine pressed. Any new hose added will be rated at a minimum of 1000 PSI burst pressure and be conductive type.

Does your bid comply with these requirements? Yes_X__ No__

9.3 Suction System - To assure high quality operation, the suction pump shall be inspected it will be replaced with a SSCOR model 5B90178 if damaged. The collection device will be a SSCOR 22002 and 22000 regulator that plugs directly into the receptacle, which will match the design of the oxygen outlets. The entire system shall be tested and checked for leaks. x Does your bid comply with these requirements? Yes__ No__

9.4 Patient Cot Fastener - The original Femo-Washington 175 series cot fastener will be installed for the customer specified cot model. It will be reinforced through the floor with stress distributing plates on the underside. These plates shall according to the cot manufacturers specifications.

Does your bid comply with these requirements? Yes_X_ No__

SECTION 10 - ENVIRONMENTAL SYSTEMS

10.1 Air Condition/Heater - The air conditionerlheater unit is installed in the modular unit. The unit is mounted over the right front bulkhead interior compartment. After replacing in expansion valves (110 and r134), and blower motort the bidder will modify this compartment so that it is sealed from accessing air from the roof or from the interior of walls. All retum air received into this compertment must be from the patient compartment. This compartment must be totally sealed from all exterior walls. Furthermore all retum air vents must be replaced with Hoseline #2226 black or gray vent grilles allowing the maximum airflow. The unit itself shall be Hoseline available for heat and AC.

An new extemal condenser shall be installed on the front of the module below the light bar on custom-made brackets. Additional diamond plate cover shall be installed to make cleaning easier. It shall be a Hoseline TMC1004 to increase the cooling capacity of the rear evaporator. The shall be used with Hot Weather Compressor. There shall be an additional bottom mount condensor for the 110 volt unit.

A second Air Conditioning Compressor shall operate the rear unit. This shall be part of the Hoseline Hot Weather package. The rear unit shall not be tied into the Ford OEM system by any means.

If the unit currently has a Hoseline Combination unit the bidder shall remove unit, clean and inspect. Any defective parts shall be replaced. Bidder shall instell a new blower motor and expansion block and valves.

Does your bid comply with these requirements? Yes_X_ No__

10.2 Thermostat TemPerature Control - The entire system shall be operated from the action wall console. An on/off switch shall be installed on the switch panel. Temperature controls shall be accomplished through a thermostat on the wall that will automatically maintain a constant compartment temperature from both heating and cooling modes by setting the desired thermostat temperature range. Bidder shall inspect to assure proper working order and replace if defective.

Does your bid comply with these requirements? Yes_X_ No__

10.3 Air COnditioning and Heater Hoses· Due to past system failures, the use of hose clamps on air conditioning high- pressure hoses will not be permitted on this contract. Machine press OEM type connectors only will be permitted. All hoses under the hood back to the unit shall be replaced. No splicing shall be allowed. This shall included AC and heater hoses. All heater hoses shall be Epom/Nomex, as required by Ford. No Exception.

Does your bid comply with these requirements? Yes_X_ No__

REMOUNTED AMBULANCE FOR EMS BID Plge 18 of21 0912312003 Page 184

10.4 Exhaust Fan and Static Air Intake - The vehicle will be equipped w~h a power exhaust fan located at the rear of the interior with a single speed switch for operation located on the action wall switch panel. Located on the oppos~e front wall will be a static intake duct.

Does your bid comply with these requirements? Yes_X_ No__

SECTION 11 • WARNING SYSTEM & RADIO PROVISIONS 11.1 Siren - The existing siren system shall be inspected and reinstalled. It shall consist of two Whelen 295 sirens wired to independent speakers. If un~ arrives with only one siren it shall be the bidder's responsibility to add second siren. Any defective sirens will be repaired or replaced by bidder. They will be flush mounted in the console. The remote amplifiers will be mounted in the vented electrical compartment in the patient compartment. There will be a hom/siren switch located on the console. X Does your bid comply with these requirements? Yes__ No__

11.2 Speakers - Shall be a new Cast In-bumper speakers mounted in the front bumper. x Does your bid comply with these requirements? Yes__ No__

11.3 Radio Provjsions - The vehicle will be equipped w~ EMS redio transmitters. The EMS radios will be re-installed by the bidder in an agreed-upon location. The circu~ will be plainly identified on the electrical panel or compartment. Wiring to the connection terminal will not be less than 10 GA.

Does your bid comply with these requirements? Yes_X_ No__

SECTION 12· EXTERIOR FINISH 12.1 Paint Preparation - At a minimum, all hardware including but not limited to door hardware, hinges, handles, stops, emergency lighting, and all diamond plating shall be removed from the body. The doors shall be painted off of the body and body without doors. After the body has been fully stripped the body shall be completely washed with spap and water to remove all metal oils and other foreign agents from metal surface and pores. The entire body will be checked for any defects or body damage. Any cracks or holes shall be welded closed, ground smooth prior to applying body filler. The complete body shall then be DA sanded to remove any gloss. The initial primer surface shall be an etching type that penetrates into the metal pores to create a recommended top- bonding surface. This primer shall then be completely sanded and a topcoat of final finish primer applied. The topcoat primer shall be allowed to air dry for a minimum of 8 hours at a minimum of 72 degrees F and then final finish sanded in preparation for color coating. The color coating of acrylic polyurethane paint shall be applied with three coats. All doors and other removable hardware and accassories that require painting shall be painted separately from the apparatus body and installed individually after drying. All surfaces behind all hardware shall be painted. No Exception.

Does your bid comply with these requirements? Yes_X_ No__

12.2 Paint Design/Color - The body shall be painted Zl wh~. The stripe shall be Red (FLNA 3221) and shall match the existing fleet. The stripe shall be pin striped with y." black reflective pin stripe. Pictures should be taken at time of inspection.

Does your bid comply with this requirement? Yes__ X_ No__

12.3 5afely Labels - Bidder shall install in cab and in body No Smoking signs and Fasten Seat Belts signs. In add~ion, DIESEL FUEL ONL V labels must be installed at the fuel filler location on the module. A "FIRE EXTINGUISHER" label made of material sufficient to withstand exterior weather and road conditions shall be provided.

Does your bid comply with this requirement? Yes_X_ No__

12.4 Reflective Decals - Bidder shall install a Star of Life package. It shall match current trucks in the fleet. In addition there shall be the words Williamson County in 5" leiters installed on the cab doors, also Emergency Medical Services in 6" leiters on each side of module. Doa your bid comply with thl. requirement? Ve._X_ No__

REMOUNTED AMBULANCE FOR EMS BID Page 19of21 09/23/2003 Page 185 WILLIAMSON COUNTY BID FORM ONE OR MORE REMOUNTED TYPE 1/CLASS 1 AMBULANCE ANNUAL CONTRACT BID NUMBER: 04WCA038 NAME OF BIDDER: San Antonio Ambulance Sales, Inc. _

Mailing Address: 14035 Dublin Square _

San Antonio Zip: 78217 _

Email Address: [email protected] _

800 788-1403 653-9466

BID IS: ~ As per specifications, taking no exceptions.

__ Taking only those specifications exceptions listed by letter attached and referenced to paragraph number specified.

NOTE: All variations and/or exceptions must be listed on attached pages, referencing page and paragraph number from specifications and explained in detail. Failure to so list exceptions will disqualify bid.

This signed statement certifies that the vendor named below has made an on site visit and is familiar with all conditions surrounding fulfillment of the specifications for this bid. Failure to visit and submit following signed verification will make bid non-compliant and bid will be rejected. NO EXCEPTIONS.

DATE OF ON SITE VISIT

San Antonio Ambulance Sales, Inc. VENDOR'S COMPANY NAME :-:WI=L."llAM=SO=N'"'COU""'~NTY=-:RE=PRES==E~Nl:::-:A=TIVE=.,..,NAME=::---

VENDOR'S SIGNATURE WILLIAMSON COUNTY REPRESENTATIVE SIGNATURE

Description Unit Cost

Type IIClass I Remounted Ambulance $56,379.58 Unit Cost of Chassis $27,493.48 Unij Cost of Box $28,886.10

REMOUNTED AMBULANCE FOR EMS BID Pig. 20 of 21 09/23/2003 Page 186

• Williamson County Emergency Medical Service

July 31,2003

The below named person representing his company has appeared and inspected Williamson County EMS ambulances for the purposes of submitting a bid to remount ambulances for Williamson County EMS.

Representative Name

Sl\oQ""\:>n;;, A"",UY\/\nlG: .sA\C;~ Company Name

14;)3,!:; D~\loI.." S ~ .. ,u,ci Address

'::'1\" ~"".\ 0"",'' I It ")'2. 2... n City, State, Zip Code

Date

(512) 1,l43~1264 Jfn M'lrtin Luther King 51. (512) 9,H~126l.) FAX /994 Texas EMS ~Y.f'ema/the tear P.o. Bo,\ R73 /975 to 1995alebrating 20 Yearsa/Service Georgetown. Te-xil"7R627 09/2312003 Page 187

The undersigned, by his/her signature, represents that he/she is authorized to bind the bidder to fully comply with the terms and conditions of the attached Invitation for Bid, Specifications, and Special Provisions for the amount(s) shown on the accompanyin b' heet(s).~------.By signing belo you have read the entire document and agreed to the terms therein.

ed Name and Title of Signer: John M.-=-Huber President...;... _

DO NOT SIGN OR SUBMIT WITHOUT REAPING ENTIRE DOCUMENT

Signature required on _aided bid only.

Hon. John C. Doerfier, County Judge Date for the Williamson Coun-~ Commissioners Court

REMOUNTED AMBULANCE FOR EMS BID Page 21 of 21 09/23/2003 Page 188

1.3.1 Warranty Assurance

------_._ ..... _ .. _-_ •. 0912312003 Page 189 ..

07/2512003 Williamson Coun1y EMS 303 M811in Luther King Drive Georgdown, TX 68626

To Whom It May Concern:

TIlis letter is 00 emifythat Richards IIIIdCledce, Ine.located in BaOOnRoup, LA at 10412 South Cha.etaw Drive meets the necessary ","mounting IIIIdrefutbishing stlDdards set forth by Medtee Ambulance Corporation. Therefore, Medtec's Lifetime Sttuct:uraJ Body Warranty will be continued upon in!lpeCtion UId delivery by our authorized Dealer, San Antonio Ambulance Sales.

Sincerely,

Kevin Noble SalesMan3F Medtec Ambulance Corporation

cx:: San Antonio Ambul8ftce Sales File Page 190 09/23/2003

1.5 Vendors' Ability, HistoJX.&- Service C8Q!.bilities 09/23/2003 Page 191

RICHARDS AND CLARKE, INC P.O. BOX 80046 BATON ROIJGF:, LA 708'11> (8110)-468-5473 OR (225)-275-1 ll45 FAX (225)-275-1049 E-MAn, REMQUI\iT@Rl'.l.l.SOlH·Hi'lET

Richards and Clarke, Ine (R.CI) was started ill 19XOby Richard H Harkrider. Rei began by selling ambulance and medical supplies In 1985 Richard started a private ambulance service that operated in 4 parishes (counties) transporting over 8,500 patients a year. The ambulance ser"ice started an in house remount program until 1995 when the ambulance service was purchased by another provider.

The sale of the ambulance service did not include the maintenance staff. In 1995 Richards and Clarke, Inc started its remNmt program with these employees Since that time it has remounted and r',~manufaetured ambulances from New York to Arizona. 09/2312003 Page 192

Medhk Ambulanc.c Service inc (40'i) 677-n12 P.O. Box 415 Contact: ClJrllS WIlkins Mer Rouge, LA 712(11 (11X) 281-5411 Mt':d Exprc!is Ambu13n16 (2 Iff) 1168·425(, PMT Contact· Bin \Valson 2,105 S. hld1J.'~trialPark Avenue Building A Rallinf.,'CTMemorial Hospi1al Di~rjet Tempe, Al X,281 P.D. Box fd7 (602)277-7f:.2~ Balhnger. TX 76R21-0fi 17 C'unlaet: Trl'vot (4) ('lIS) 165-2511 Contact em"roll Secure ('

Star uikt:: Fire: Disl riel Grapeland f-'lfr~:Dcpallmcni PO Box 50 P.o. Box )f"7 Stal Lake, NY 1~690 GlapeiftAd, TX 75&44 (.11;) 84&·341& (91<") (JS:7-2799 Contac1 Richard Been Con1itCf Chad Lcb:lai'li:

Ricltl.Jld EMS 4009 Okk~'YRoad Cilb",ni.,PA 1;044 (724)-441·1030 C'on1~Kt·Russ

PUln"m COlJnty EMS .1.1&9Winfield Road Winfield, WV 2521.1 (104) 5&('~)2;1 Conta,,;.,1Cedi Kimble (2)

/I·MED 61 West Bank Express",,,, Greill' L. 7135.1 (;04) 3fi2·0262 ('onta.;..1- Mike Dawson (2)

Prorth ...'; 572.5 San Jmm, TX 7&589 (956) 702·7\77 Contat,,1 ]es,loj,it": (2)

Lafourche AlublJ1auce District 1 17117&Wost M"in Cllt OIT. LA 70.145 (9&;)·(,12·7192 Contac~- Miki Savoie ("J,)

Northcasl EMS 231 Ta,lor Slrecl Winnsboro, LA 7129\ (11&) 4.1\·816.1 Contac1-Kenny King (4)

Nalchitoches Parish Hospital 50 I Keyser Street Nalchiloches. LA 714;7 (JIR) 214-42&1 Comact Larry Alleridge (2) 09123/2003 Page 194

San Antonio Ambulance Sales. Inc. History

San Antonio Ambulance Sales, Inc. has been open since 1983. Jack Huber started the business while with the San Antonio Fire Department EMS division. San Antonio Ambulance Sales, Inc. represents Medtec Ambulance Corporation, An OshKosh Truck Corporation Company, Quality Van Sales and Richards and Clarke, Inc. We offer sales and service of new and used ambulances and wheelchair vans. We also offer new and factory reconditioned stretchers. We have technicians who are able to perform service necessities on your site and we have technical assistance available 24/7, through our 800 phone number. 09/23/2003 Page 195

1.6 Descriptive-Materials 09/23/2003 Page 196 (~Cgttft(JJtlches RI :r-.'1.'\NIJFACTlJRrn A "0 nf\fOVNJ[D !\f\.1i3ULA, NCLS

Cetllfcr ,;]}\':c!;lcmL1ns and qlwtati~')fl~ lH :-f:Ui HI.."'. 1Pill 1-I'OO-I('f'!-';.' "

REBU1LDINl7 'J'1I1,' tt.'t-'lJUI.A1'VCE 1f\,7Jr/5TRl" ... ~ ~ 09/23/2003 Page 197 ~ > ~3 [ f ~ £ -I ~o n -a ~ Q g-"g -e ~ g ""C e; • ,.0 ,.." " w ," @ ""C:l , 0 - ~ I = ~ = ....j ~ ..., n "'"-- = i !? -= :f e'D .. ~ "l> l:> & ;Em Il,l ';'!~ ~.:, x ~ Zm ~ -Ie. " w- ,.-o· Ze n ~ ~IilZ 0 g e Z Iil < ~, Z m .. ]I ~ -I III 3 ..-< 0- m Z

• • • • •••••• n

~ III --.--'"--_ .... _.~---~------_. __ .._-,_ ..__ ..,-',_._._ .._-'--_ .._.,,----~._-

09/23/2003 Page 198

1.12 Liability Insurance 09/23/2003 Page 199

CSR an CERTIFICATE OF LIABILITY INSURANCE IUCHA.lJ 01 THIS E TIFICA'ICISIS E ASAMATTEROFINF MA ION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Wriqht • PerGY Insurance ALTER THE COVERAGE AFFORDED BY THE POLICIES 8ELOW, P. O. Box 1809 ._---_._- .... Baton Rouqe LA 70821-3909 Phone: 225-336-3200 Fax: 225-336-4536 l'NSURERS AFFORDlN~COVERAGE _ . j NAIC , l"";_l~~::::.... ~~~:e_~~!,:._~~_~~.!:'l_s_~_~~.£e.,C:4. 4 :\095 ;1---·-----...~,~"" Richard and Clarke, Inc. I 1~1:'>l,""'R [ Richard Herkxider 1- ..--- POBox 80046 I!l''',~''ll Baton Ronqe LA 7089B

COVERAGES

--

Garage r,iabi.lity-$250-p.r::operty deductib1e: DealerS Open l.nt-$lOOOO- $!500-deductible C~ehensi vel Coll i_sian: GaragEtkeepers - $500000-deduo.tible $500/Comprehensive/Collision

'====-:-::::::c------c==:-:::-::::;------' CERTIFICATE HOLDER ~C'!'A"'NC~E=L=LA::cT!.'I~i)~N------,

HOTlt:1! 1'0 l11~ cr.·jTr..-oe/l,Tl.' Hou>eFl _I!l) TO Tt1El~FT_ Bl,rt " .....UIU fO otJ..a \il1lll-l

Williamson County "","0$1;: N(> ~A"J:)N oo:ll,."'l'IJUTl Cl~ IIINTotJND Uf'/lIII ~ INSU_f>, ITS AGeNT\! op 710 Main Georgetown TX 78626

ACORD 25 (2001108) @ACORDCORPORATION 11188 09/23/2003 Page 200

1.13 Affidavit of Pendin,gLitilation 09/23/2003 Page 201

AfFIDAVIT

STATE OF LOUISIANA PARISH OF EAST BATON ROUGE

BEFORE ME, lhe undersigned duly commis8ion"d and qualified Notary Public .. personally came and appeared the undersignc'd who after. being fir8t duly sworn, deposed and said.

He IS President nf Richards and Clarke, Tnc and does slate lhal,

Richards and Clarke, Inc. has its facility localed at ! 04] 2 S Choctaw Drive, Balon Rouge, Lnuisiana

Richards and Clarke, Inc. has no pending Of anticipRted lil.igation against them

SWORN TO AND SUBSCRIBED before me this 291ll day //< N~; 09/23/2003 Page 202

SAN ANTONIO AMBULANCE SALES INC.

Custom Built Ambulances

August 6, 2003

Affidavit of Fact / Pending Litigation

I, John M. Huber, President, do not know of or have any pending litigation against San Antonio Ambulance Sales, Inc.

14035 Dublin Square • San Antonio, Tx 78217 • 210-653-1444 • Fax 210-653-9466 • 1-800-788-1403 09/23/2003 Page 203

1.15 Texas Vehicles Dealer's License 09/2312003 Page 204 ~,,--_._----_._. ------_.___=-2 l~~_.c·_', . --. ',.--,.:. ------.~~~I I' I I

I :1 i II . i I ~ i ~ I en-en ::D i "':IE ""l= r--l:t: < I I Ill> :=0 tb tz~> m 1'i~'P 8z :J: I o~ el = ~ l;i1>:5 I' ~ I Zz n I 9 ;s:= ~ ","'z ~o >"'~ r I 00.. ~g m I o",f''" !~ Otl:'O 21" :;:z~ f;l"-l '"o ~!i1 ~i -",- Zr-~ > ",> ::D r ~sn 5!""~ ~. 1}l 5zo o ""(") e:n "'0 t 5!~m-l0 ""len~ 50 a.f_. x'8 .. ~ "'>5! ~= Z'" = ... -l-l ",-", c""v'-""CI:I . '"(") ~~p "'''' a,=~ e l x§h -;;, ~ -> > g >n"" >-("l- .... Z z '"oor- "" r~ (") w ",0- i::z tI1 ~ """,n cen en >' > 2l"-l 50 ",>to >r- .. -l~r- "0 tI1 i:l 3: ", C""l en <: "'5!'" ~o Z 8 ~",2 :ten (") [)) o~S ~t'lrj_r- .... ."c'" :c :;:r- > ;;jr-'"",3: .... >"'''' """l ~ ",.,,-lzOz ~g; ;:: =0,; .. ""5!'" ,,0 °",,,,,,,° rt'" Z'" -l3:-l :it'" 0 ~o:c >0 :IE --l'" E~ =i z",'"°o-l " .... :c ui<>< "'z > 3:rn~ "C'l 8 0:t:3: >t'" i <: (j1'io ~z ",r--l xl"-l>~ ~'" <~o ",$ ;:: :t:><"'0'" "'0 en - "'Il l"-l I !i1 (=i;:otTJ ~o,; >~ ... ~ r-o:t cZ z8 '< ~ r ",' n ~. to-lr- ;l:I':l >'" I ~ o:t:", r~ Zo el- ~ (") t'" ~ 0 >"'n ~;s: d53 Ej""o 0 ~ "'3: C""l"'0 zr- '"".. I . ~ 3: I;; ;;!= 0- >0 5z go 1£ i ..,en !! ~ I ~ ::g; ~ z~ ~:= x,o N z->0 g I i,:::l z !2;i .... ~ 3: >= i ; " = ",n ~"""'I ~~ ~ 00 ("l -> '" ~~ t'" '".. ~.><: ~.~ l"-l fi on ~ I;; ~2 <:t: :c ~ > ii'~ ",-l~~ OJ =e; r ...~ ... ",'":t:'" '"> Co ",8",'" '"> -<.""'0 -l ",:t:

I .1 ----~j 09123/2003 Page 205

t.!(TNSr: '\lO. 0398 n,·\VI!';I; S-\TISHrn "rUE ","PUI ',\BLE REQUREiloH::YTS (W THF TF:X..\S :\fOTOR VEHlCLF: COMMISSJO ....COO.~ AS A. NEW MOTOn \'F:1IJCI.E: M\Nf'F,\(,T1IRFR OR I>I.\TRIHl TOU FOR TH~ FOU.OWIN(; MOTOR Vf:fIl("'.F 1.INt:;oj'

CAJUN COACH TYPE I & III

RICHARDS AND CLARKE INC

pjs'NALTY: jU'J(, OF AMOIJ/vT 0" I;E~ PO BOX 80046 FOR IiACH T/lIRI' DA BATON ROllGE rs or DELlNQUENO: LA 70R98

IS HEREBY U<:ENSU) AS A MANU FACruIU:RlDISTRlBl.lTOR FOR nu: PI!:RIOD ENOINC: Mar :H, 2004 CN, 7050 09/23/2003 Page 206

·"-·l-~ i I I i I , i i I ! ! I

jl!, I I

II I i I I, i I I I I II: I

,...... N N -.I (,0 09/23/2003 Page 207

.~g.• ~ ... ~,;: .-llol m> t;;) 15'";;1'".;» ill a 8:::<;1 ",z Ul Q .f!! l$;! ~...~ '!l!. = ~ n "".p" 0. m~Cl~~.~o ~·lll Ei~H'·· t;;) - Z ;:l Jl.~ ~.-l~ Ii' m> f~ ~C/)tr.I ~ ~~ rr.'"'",_ :t: ." ~T'l ;~,o ~:::~~ ""r;(,) ...~'"- ..,o@ r:"':2 ~o t 1/,0'" >z <:'1'" 0t"' ~Q T~tJ ~"':i Z l"l \io zen00 tb ~. ~ "'>:;! =~ .-oI::! P ""I~ ...c!:ri ~ moM l: O~ n .. t > .~l'II~.~.... ~~ ::J ( 0 0 a= ~ z ~8~ "'.;0- 18'" °o!: ~.. ttl .. ~ r.g ~ "'",0 ,.,52 0 ~ .0 ~~~..,zr '""" ""r.g "" ~orrJ r:IJ 6 '"00 !"l < ~li1,8 -t"' Z C ,., .., o~~"''''c - rn ;>0- 'T)c;:O Z ;;! .-l~gJ '"en -! ..,;. I"l <: .., t:i -!"l ;. ~~~ ;;: U'l"~ ~ !"" ~ 0:1;0." .... '" ~m~ :>- -n "' I"l Z :;':;::;j a" ..,0", r:IJ"'- ':A ~ 625'"Z tr: t:: ~ u::.:Nx .." "'""'- ;. <;. :>- ;<:"'''' I"'i 9 1) ~:5:s: < 00 c:! ... 0~h;6 ·z"' ~ ....'" ;::'" fj S [0(' d ","'0 "" o~;SO; S4 '" . ;SO; 0 ....'" '"Vi o-zg; J' 8 ~ n! ~ z- 0 iCl 0 ;;.0z :0 '"f i::1 ~ ,., ~ ~= ~ ~8 0 ~ ~ 00 Z "' ~~ ;;'m .-: "" ... of') ~ "'- :0 ,;: ~.~ ""..; ..- ...~ ~ "'",<~ ~ =::; ~;1 :0 e- co"' II ~ ::c'" '" >- ~ ~. ... ~~ tl.1o -<" i z ~ P N l-" N ~ 00 ·_------_ .. _----_ - -_ _.

09/23/2003 Page 208

WILLIAMSON COUNTY AUDITOR'S OFFICE PURCHASING DEPARTMENT 710 MAIN STREET - SUITE 303 GEORGETOWN, TEXAS 78626

http://www.williamson-county.org/Procurement

BID TABULATION ASPHALT CEMENT & CUT BACK FOR UNIFIED ROAD AND BRIDGE SYSTEM'

ANNUAL CONTRACT BID NUMBER: 04WCA043

CONTRACT PERIOD: OCTOBER 1, 2003 THRU SEPTEMBER 30, 2004

RECOMMENDED AWARD:

ITEM # 1 PRIMARY SUPPLIER - MARLIN ASPHALT SECONDARY SUPPLIER - CLEVELAND ASPHALT ITEMS # 2, 3, & 4 PRIMARY SUPPLIER - MARLIN ASPHALT SECONDARY SUPPLIER - GULF STATES ASPHALT

ITEM DESCRIPTION CLEVELAND GULF MARLIN UNIT # ASPHALT STATES ASPHALT F.e.B. F.O.B. F.e.B. UNIT UNIT UNIT SITE SITE SITE 1 AC-5 Gal iT···· •..•.. / .. TxDot Item 300.2, Table 1 1.093 .98 NIB NIB .8265 i:.· ... AC-10 <. •••• 2 TxDot Item 300.2, Table 1 Gal 1.093 .98 .87 .76 .8265 i .... RC-250 .. 3 TxDot Item 300.2, Table 4 Gal 1.263 1.15 1.10 .98 1.0994 ...... MC-30 . . 4 TxDot Item 300.2, Table 5 Gal 1.163 1.05 1.12 1.00 1.0666 .//- 09/23/2003 Page 209 WILLIAMSON COUNTY BID FORM ASPHALT CEMENT & CUT BACK ASPHALT ANNUAL CONTRACT BID NUMBER: 04WCA043

NAME OF BIDDER: ...!Jj:l.lY.oI.Il...l:lOO~~...w.IL_MARLIN ASPHALT LID _

Mailing Address: --.::....:.....:..:....:.:~:..:.:..:._P. O. BOX 9605 _ RPUS

Email Address: _

Telephone: (361 ) 289-1707 Fax: ( 361 ) --.,j2ioll8:z.9-::J7'-1!8!l.1:oolL... _

ITEM DESCRIPTION F.O.B. QTY . UNIT UNIT EXTENSION #I SITE PRICE Ae-5 1 50,000 Gal TxDot Item 300.2, Table 1 HOUSTON •8265¢ $41.325.00 Ae-10 2 20,000 Gal TxDot Item 300.2, Table 1 HOUSTON .8265'" $16 530.00 Re-250 RPUS 3 10,000 .... .Gal TxDot Item 300.2 Table 4

CHECK ONE OF THE FOLLOWING:

~ow item basis. (W~I accept award on "any or aU" items.) .

1m "aU or none" basis. twill accept award of "air items only. Iflefl blank, low item will apply.)

The undersigned, by hislher signature, represents that he/she is authorized to bind the bidder to fully comply with the tenns and conditions of the attached Invitation for Bid, Specifications, and Special Provisions for the amount(s) shown on the accompanying bid sheet(s). By signing below, you have read the entire document and agreed to the tenns therein.

Date of BID: ...:8;:,./0.:.;5;:./.:.;03=-- _ S=i"'"gn-at"':"u-re~of:-:p:-e-rso-n~A~~7'-n~.zo~~n B~

Printed Name and Tille of S1gner: ~:!!.l:!::w~:!:2:!U..JOHNIE GOODMAN _

DO NOT SIGN OR SUBMIT WITHOUT REAPING ENTIRE DOCUMENT

*NOTE: PRICK'> ARE BASED (l( 5,000 GAIL(lIJ HINDUt LOADS FIRSf'1W lIlJRS UNLOADINGARE FREE 1lIEB $4O.00!HR FOR HEAlER LOADSADD $2.00/!UN

ASPHALT CEMENT & CUT BACK ASPHALT BID Page 5 of6 ~.~-~-_._._-_._.__ ._------09/23/2003 Page 210

WILLIAMSON COUNTY AUDITOR'S OFFICE PURCHASING DEPARTMENT 710 MAIN STREET - SUITE 303 ®ell GEORGETOWN, TEXAS 78626 ! http://www.w1l1iamson-county.org/Procurement

INVITATION FOR BIDS

ASPHALT CEMENT & CUT BACK ASPHALT

ANNUAL CONTRACT

BID NUMBER: 04WCA043

BID OPENING DATE & TIME: AUGUST 7,2003 -2:00 PM

BID SUBMISSION REFERENCES: Wiliamson County requires bidder to DEADLINE: Bidll must be received In the Williamson supply with this bid, a list or at least three (3) references County Audilor's OIIice prior to 2:00 PM on Thursday. where like services have been supplied by their firm. August 7. 2003. AI which lime the bids will be opened Include name of firm, address, telephone number and in the Williamson County Commissioner's Courtroom on name 01 representative. the 2nd floor of the County Courthouse. LEGIBLITY: Bids must be legible and of a quality thaI METHODS: Sealed bids may be hand-dellvered or can be reproduced. mailed to the WiHi8INon County Auditor's Office, Attn: Ginny Atkinson - Purchasing, Third (3rd) floor - Suite FORMS: All bids must be submitted on the forms 303, Williamson County Courthouse (on the square), provided in this bid document. Changes to bid forms 710 Main Street, Georgetown, Texas 78626. made by bidders shall disqualify the bid. Bids cannot be altered or amended after submission daadllne. FAXIEMAIL: Facsimile and electronic mail transmntals are acceptable. For instructions regarding electronic LATE BID: Bids received after submission deadline will SUbmissions, please visn: http://www.wlillamson- not be opened and will be considered void and CQunty.orgJProcurementllnfo.htmI#EBids. Failure to unacceptable. Williamson County is not responsible for follow these Instructions may cause your bid to be lateness of mail,courler service, etc. rejected. RESPONSIBILITY: A prospecUve bidder must affirmatively damonstrate bidder's responsibility. A prospective bidder must meet the following BID REQUIREMENTS reqUirements: TRIPLICATE: All bids must be submitted in triplicate (1 original complete bid sel and 2 copies of the bid set), a) have edequate flnanclal resources, or the ability to The bid sets should be marked "original' or "copy". A obtain such resources as required; "bid ser consists of the COMPLETED AND SIGNED Bid b) be able to comply with the required or proposed Form and any other required documentation. delivery schedule; c) have a setisfeetory record of performance: SEALED: All bids mllst be retumed in a sealed envelope d) be otherwise qualified and eligible to receive an with the bid name, nllmber, opening dale and lime award. clearly marked on the outside. If an ovemlght delivery servlca Is used, the bid name, nlJlllber, opening dale and Williamson County may request representation and time must be clearly marked on the outside or the other Information sufficient to determine bidder's ability delivery service envelope. to meelthese minimum standards listed above.

ASPHALT CEMENT & CUT eACK ASPHALT BID Page 1 ot6 ~----_ .._._------09/23/2003 Page 211

WILLIAMSON COUNTY BID FORM ASPHALT CEMENT & CUT BACK ASPHALT ANNUAL CONTRACT BID NUMBER: 04WCA043

CLEVELAND ASPHALT PRODUCTS,INC

P.O.BOX 1449 SHEPHERD,

[email protected]

Fax:1\-9_3_6_-,I _6_2_8_-_6_6_0_2 _ Telephone: ( 800- )..3l..3~4t.:-:JO.L1l...7L..71...-_

QTY UNIT EXTENSION ITEM DESCRIPTION F.O.B, UNIT SITE PRICE • AC·5 50.000 Gal 1 TxDot Item 300,2. Table 1 $0.98 $1.093 54650.00 AC·l0 $0.98 20,000 Gal $1.093 21860.00 2 TxDot Item 300.2. Table 1 I RC·250 $1.15 10,000 Gal 3 TxDot Ilam 300.2, Tabla 4 $1.263 12630.00 MC·30 $1.05 5.000 Gal 4 TxDotllem 300.2. Table 5 1$1.163 5815.00

CHECK ONE OF THE FOLLOWING: fillow item basis. (Will accept award on "any or all" items.)

CJ "all or none" basis. (Will accapt award of "ell" items only. If laft blank, low item will apply,)

The undarsigned, by hislher signature. represents that !le/she is authorized to bind the bidder to fully comply with the tarms and conditions of the attached Invitation for Bid, Specifications. and Special Provisions for the amount(s) shown on the a anyln bid sheet(s). y s g below. you have read the antire document and agreed to the terms therein. $, 8/7/03 Signature of Person Authorized to Sign Bid

Printed Name and Tille of Signer: ROBERT L.NOLAN, SALES MANAGER

DO NOT SIGN OR SUBMIT WITHOUT READING ENTIRE DOCUMENT

Page 5 of 6 ASPHALT CEMENT & CUT BACK ASPHALT BIO - --- ~----~-~-

09/23/2003 Page 212

CLEVELAND ASPHALT PRODUCTS, INC. P.O.Box 1449, Shephe~d,Texa~ 77371. Phone [936] 628-6200 Phone [800] 334-0177 Fax [936] 628-6602 AU9U~:t 6, 2003

REFERENCES

BELL COUNTY P.O. BOX 264 BELTON, TEXAS 76513 ATTN: RICHARD MACCHI, CO. ENGINEER 254-933-5275

WALLER COUNTY 775 BUSINESS 290 E. HEMPSTEAD, TEXAS 77445 ATTN:STEVE WILSON 979-826-7670 CHAMBERS COUNTY P.O. BOX H ANAHUAC, TEXAS 77514 ATTN; DON BRANDON, P.E. 409-267-8379 09/23/2003 Page 213

/ WILLIAMSON COUNTY BID FORM ASPHALT CEMENT & CUT BACK ASPHALT ANNUAL CONTRACT BID NUMBER: 04WCA043

NAME OF BIDDER:GULF STATES ASPHALT CO., L. P.

Mailing Address: _:.:..::..:.-=::::::.::.-=.=..:.P.O. BOX 508 _

Cit~OUTH HOUSTON State: -=.T:.;X Zip: 77 587

Email Address: -==:.:...::.:...:[email protected] _

Telephone: ( 800 ) 662-0987/713-947-4900 Fax: (800 ) 552-2415i713-947-4949

ITEM DESCRIPTION F.O.B. QTY UNIT UNIT EXTENSION # SITE PRICE AC-5 1 TxDot Item 300.2, Table 1 NO BID 50,000 Gal AC-10 2 20,000 Gal TxDot Item 300.2, Table 1 0.87 n 76 17 400 RC-250 3 10,000 Gal TxDot Item 300.2, Table 4 1. 10 0.98 11,000, MC-30 4 5,000 Gal TxDot Item 300.2, Table 5 1. 12 1. 00 5,600

CHECK ONE OF THE FOLLOWING:

B low item basis. (Will accept award on "any or all" items.)

I!]J "all or none" basis. (Will accept award of "all" items only. If left blank, low item will apply.)

The undersigned, by his/her signature, represents that he/she is authorized to bind the bidder to fully comply with the terms and conditions of the attached Invitation for Bid, Specifications, and Special Provisions for the amount(s) shown on the acc panying bid sheet(s). By signing below, you have read the entire document and agreed to the terms therein.

8/6/03 -A.~~~~~~"'-:::::;;;e iitm:s:iEir------Date of BID: _

Printed Name and Title of Signer: CRISTINA PENA, PAVING SALES _

DO NOT SIGN OR SUBMIT WITHOUT READING ENTIRe DOCUMeNT

ASPHALT CEMENT & CUT BACK ASPHALT BID Pag.Sofe 09/23/2003 Page 214

WlLUAMSON COUNTY BID FORM CONCRETE BOX CULVERTS - POURED IN PLACE ANNUAL CONTRACT BID NUMBER: 04WCA054

NAME OF BIDDER: _ Fdd F'l] ke.

MalIInOAdd-.:.__ ..__23_5:_0.~~meless ~_. _

Cily I v.Advl" , State: Texas Zip; 2864'

Em811Add_s: CarEdd67taQl~ .. _ --'---

..•..•._._._-- Fax. ( 512 267_0536

ITEM UNIT UNIT , PfUCE '., BOX CULVERTS' YO' YO' 36s:

CHEeK ONE OF THl: f'OlLOWING:

[J low Item basis. (WMI8ccaprawardciri 'anY or all'llams.) lJf!aIIQl'~' basi.;.(\'lJl!I~!p18",~ of '~~'Items only. If left bl8nk, iowitem will.pply.)

-_._-_._-.....,.._ •._-_ ..----_.

COIIICREl& tJO)( CUl V.Rl S ~I'OJReG'N 'l3lAC& 8D 09/23/2003 Page 215

WILLIAMSON COUNlY AUDITOR'S OFFICE PURCHASING DEPARTMENT 710 MAIN STREET· SUITE 303 GEORGETOWN, TEXAS 78828

hltp:/Iwww.w1lllameonoClOUnty.ora/Procurtm..,t

FAX TRANSMrTrAL SHEET

FAX TRANSMITTINGNUMBER: (512) 143.1587 * *BID DOCUMENTS* * ...,., ::~~l-c)J DATE,eN,ITIVIcMATERlAL

'.... ~'',,:,

F~: ~:':);Y~/'J"\,,,;;;,~t ",i. " ,. '~" ~.,:, '<'" -i ,,',. ,',-, NAMI' ',:'\:;:t::£;:D::;J ;':'i' ;-: :'-";<~;"\:;:;;~" " ' "., ~~:~:ii:.,_;~._~"; ,...... __ " '- "" .... ,..., =.... '., AnN: "i<;;;;j,','J:'crH, -,

FROM: Ginny AIId~ ..... nt Purchasing DlNCtor Pulcla ..... ~ (512) 143.1554 TOTAL NUM.IIR b~/P,(dE8(IHCCUDlNcf+HISTftAN*MrlTAL SHEET)L IFYOUDONQt RE<*Ve ALLPAGn, .(41'2)\".:, /";, ;_ "';',' 0- ',', " cAb.lllIOu•

A"ACIot~,~:Il~eJ\S.Qft~l

08iOl/03 11:08 FAX 09/23/2003 Page 216

WILLIAMSON COUNTY AUDITOR'S OFFICE PURCHASING DEPARTMENT 710 MAIN STREET. SUITE 303 GEORGETOWN, TEXAS 78826

hltp:/Iwww.w111'ameon-county.orgIProcurement

INVITATION FOR BIDS

CONCRETE BOX CULVERTS - POURED IN PLACE ANNUAL CONTRACT BID NUMBER: 04WCA054 _;~NING DATE & TIME: AUGUST 7, 2003 -2:00 PM <,,-_,;:·1;:··,-<'_""-"-' ::.'-', ,-.,'," : ,'- , ..".: """-""~ ,:,c- '•.... ,:-·,.,-,'r··,',··,··,;"X.: ""-','",,.,,-:-:,.

i 81ii:.~'ION 'fBfP.EREN.~*i~unty 'OIquir. b'dde' 10 ~.b!!1i: .'d. 0 0., ':~~ in tlle WmlarMon "'P1l1Y:wllltlhla bld,;''!lal 01'1'1... , three \3~·reflll'er.cas 'Nllerll Ilka aarvlc:ee have been supplied by their fl"". CountyAud~. '. 01;00 PM on Ibu",y, ,.!'~""'.~.Qf.",",,~~,,_ .."!>fl'. numbe, anI! ,.~~_J~.,'{{.{ . ...:o~the b1dll wit bit~.· . ~~f I'1lprften~ive...... , In the Willtamaon~\

FAXIEMAIL:Facllmile and e1ec:lronk:meU·Ir~'IlM, . ('Y.~.\S· ,..& ...... ,v.d e--' .ubm'..... n a-dl~" WI'" Bl'1 llCC8Pleble. For instructiON reglldiilb 'aItCtitlRti'· ", !!!!!,_!!!!!!!. .... ,- " .. " ~"'" _,.~ n aubmlllelonl, pI_e VIS.I!: 1lttp:liWww.....,wfl/la"llCltl_notbeopenedendWillbeconsidere

al heYlldeqU8tt.llnanclal faaoure" •. or the ability to oblIlIn euen raaouroas al lequlred; b~·"Y .•bla to· comply' with',·!tle·· ~UI!1lC,y propelled aetlvtty.«NcIuIe: c~h_ e setisf8Cfory record 0' perio1't1811<:8; dl.be.:oll1ln'tlM·qU8llllllCland '~~~. to '!!ClINe an 1Wfrd. .

WilIlllftlIoIr 'COlllllY' 1I'IIy~" repl'ft8l'l18IiQn and other lnformallOn sumclent to ceterm'ne bkidara abtllly .\lil' ii1IIt.,.. m1nlmwl,s18n-del'lll Jlsted'llbove. 09/23/2003 Page 217

Comrr-lssiOnar's Court lor the liSQI ~eat in questIOn. Upon the falltJre 01 Commillione,.s Court to 10 AWARD lIPJ)IOPri.tt In any yelIr, 1M Vendor mey .,eet to THIRTY/MYS: Awr.lI IhClUldbe lTIIde eporolllmelely ...... - 11111 agreemtrIl, wtlt! Ill) 1dd1llOtl81 I.abillty to thirty (30 • after t". bld OP'1I1ng elate, RIeuIl8 the Co:lnIy, The County and the Venclo~.g~.. that maybe obtIIIntd by canlllcli"'llti. Pun:tleIlng ecr,l8ct. 1IItmlrlllllon lIhIIl be lU Vendor'l IOIe remedy under thil olrcumstance. ~ECT!Q~ OR ACCEPTNI.Q!!; No Il'Ole Ih8n one bid will be 1IW1IIdtd for .ny Item, lingle deptrlment or er... Sidl may be ~eetacl for 101M Iltml, ~ or 810 CONTACTS _I, _n though .Wllrda .... macle tor~. The ~ING CONTACT: GOlIvenienC8 01 NIItng a ling" lOUrce for Ilmllar llallll Ginny AlkinsOll will be leken intO conaJClaratlon loge:ner with pnce in 710 Main Str"t • Suite 303 determininG the l_tllnd beet bid. GeOrgetoW'l, TX 78626 (512) 943-1554 II is understood tIlat tile Commillioners Court 01 118lklnlCnOwIIl,emson-cou,ry .erg Wlillemlon COunty, T8lC8I, res"" •• tile rlght to accept or reject eny IInd/or all bidl for any or eil materia'. T~CHNI~~T.: and/or servlc:a covered in thil bid 'tIqueet, Ind to waive Greg Bergeron InlOflllIlIM. or delecls in ItIe bid or to ac:eept SuQl bid It 315' S.E. Inner Loop· sun. e Ihen deem to be In 1he Interest of Wlilemeo, GtoI'gelOWli,TX 7ll$2S . COI,:nty. (1112)9300-3330 ....,,:,,:;'.t;,'-':r.,/',,';: .... ic".org CQNTB~l;:. J/)j.~ll.,J\lt"n ~lyac:eeplllll,bY ~C9J,Inly"l~h CMl!\tl,lle" COl)trICI~ly ~~· tl!!\¥I.. n "'J~\. ~_jend ~!U~ Ccun.,. Tt\tt.;l\!40~1'~t.(b~j'~'~·..~lid·lq ~* '~~!~!;Onl!~,"rot!Clll"ivtll ,"~e~~ w!llllhe,bid. ~~J: A6~W!Si:BAn6N: .under Ih~.COIllfllCt, GrllQ.~ron. \.!Ill"" ...~ ..'; Bridge tllrector. WMllamllClM County, ""1 be the COnlrllCl IClmlnlatl'8tor wIttl. ~\1I!Il~~lilY .\Ct~G(lI'lI~ W\lII FIRM PBICINCt Ali ot.itt•. lUlm~.listed are to ;Ie on a ~ . ~.,., "" ...... lllIL notllmll!l!l."IO. '1* unit" basil> ltetlllO 'e lIrm prtc:e per ulllt or IJlld DIIce be good from the ~llIenco, Intpec:tot! atll1, deIi~. The QOIItt:IQI q~ 91.eectl",m .. 'flIII must l!Id/:lItll1ltl'atorwMl..",. IId.on .b!'I',.ellwilllimeo., dlte llf bid ~fOl: -Iblecl pw10d cf tiMe. Unless the Col"ntyCpmmlllJOIltr'l,Co\lI'1 i1n4th'II\l~lutbklder. Bid expressly .~~ qtI\~~ this perlOll sball b. until tile end of lIlI~:.rren1 ftscll:! .)/ll!Il'onsept8mber 30 cONlAACTPERIOO/$l; TIl' I.ConIract p';;:iod Ie 2004. Bide wIIlc~!fcl~)~. fb(ljd I)rlCe,or WtliC/l .... OCtober 1, 2003 througn s.ptem_ 30, 2004. subJect 10 cI1olIgli"i\t'j~II. wm not be considered Ppaf~'_11Qn8 '1lCI\I~; TII. CcJurt may iWWf'i'li6Wlriic:tfor the p.triOclirnp;1ed ~ expre .. 1y ltated In the lowest ana belt bid. but for no O~~ 1:~~~._~~,2006 Jongtt thanlh~,.~rrel'Jl"_I ~~r. OClober 1, 2008 througn September 30, 200e w..~'tetl~jl'iJM;The .. t,mateCl quantilY-of CONTRACT EXTEN§lON§; At. tn. !Il1ltl)! thlLllIln'""t each ~em.Iie*t In the-nolQie only an .8IlIIlrle.... .Itle eoNel.qul/ltilYr1O \llJ.'pun:h~ maY"b!!Imare or I.... "-- .YlIlIl'.. ~~I.eJonnGourt~,iII'.rlght to ,...,11 ,tIW~.y,mutlJal lIliII"MTle'll of both T~ County •• notoblgllllcllO·'pueeI1 .... "ym;nimum p.... , .. I a.. me 10 be ~ tne btll interwt of Ihe emoun:. and lIle CouIlty,mey,plll'Clleh aIlyore-.ble OI!'+l)ty·'flIiI; .• .,WWI!lf in lWlIlVe(l2},~ !lIMUntar .. ~IhI._",,", f.ofth ... me unil,prla. I!!llY ~m~ 9rI ,lIvllllltlle m,," be .l.18d =~~~~I)"IQ""arJd8ll~ic"" ·twe~lY-~r",!:a..) ,q.,._ .' ...... • ~ ... ~·~·Ihe expr~ In tn. bid • ~';~!iVllII 1'_iMC.I"'ar·~"""till'\lU.t YllI" .otJIO~tl1en"lh"9lIfIaumefrmc. JridIIIl.iJ, IIltl ~NQ\NG:

09/23/2003 Page 218

SAl.§S TAX: Willamlon County ia by a.. IJle, exempl T~.RM!NATIQN FOI:L OEfAUp: W.QiamIQn Courty I'om thl31a18 Salas Tax am: Fecllllli ExcIM Tax...... ,.... the right to enforce the performance of IIlIa contrect in any mlnn ... preeetibld by law or naemed to STATEME!\fTS: No oret a.-,I of any per10n .nllll be In the but interest 01 the COurtt In Ire evem 01 moc:~ Of: oth8rwIH ohqa, or d8ct the lIIr'lll, IlreIcII or defaJll of IhIS COltlllCt. ~on-PlIlfo'TIal\ce 01 condltlona. plana andlor apecl1k:ellons stallld In the the bidder in leM1s of s;)llClflcefions Shall be a b.is lor various Bid Pec:kaQea andlor BId the tannlnlllior of the conltl!Ct by the Cou"lY. The In8lnJetionSiRequirernant8. COunty IIlelII'\()I pay forcommcclllft'seMces wl\ii:i1 era ulllltl.1lIctory Vendo.. wU be llillen iI I'fIlIIIOI1abll QELl\I!!BY: The delivery lime enc 1000aUonfor thl opportul11ty before lerminatlon to cor*, the daflclanoles. COlT'moclltyandlor SII'V:ce CO'\Ie!WCl by this bid .hell be 88 "'hie. however. ,hlUln no way be construld •• neg..Jng silled in Ihe IIIIious Old packegM 1he blllllor tarminMIon tar non-palformence.

PURCHASE ORDER: If required by Ih. WIUiamson jiJl.ENCi. O.f _§EiCIEICATIONJi' The 8PP.,enl ,"ence Count'/ Purell88lrg ~ • PlA'cMIe O"CIII(I)may of ~ IllIClflc8tIona .. to "y dlltlU Cl" 10 !he epparant be "'"_tell \0 lhe auOOllllfu' bIdder lor plocIuClI omllllon from • or e delallaa dasc:rlplion concerni~g any and/or HI'\I1ces. If a purch_ order Is IssUId lhe poWlt. ahlll be reglllded ea II1Illnlng that only t!',e best purCl1ase orller 'lumber 'lIUlIt eppl8l' 01" all ttll'l\~ prllCl1lcea are to prevlll, All interpretallOns cf thlls. InvoiCes andlOr requeata 'or patmant. specltlclltlOh. shell be medII on tne baals .)1 thll sl8lamanl. P.bYMENI:PeymentahaUlle "'*Ie by .cl'illlll\ 'rOllltr" CQ\I1ty.•·.~~CIOIy~'llPlIlllon enll«9CllPl8nce of ~~:.fha~.t1Jlbidderlhllll Items and aubmilllon or the In..OiCe :0 the ordering cgmlW~. eN:ePl'l~.ft4eflll, al8!O iIInc1l.oCilllIaWl! ~ ..•..fgr '·WOQt. ~~ .by lhla~ .""'..rao"",~"llto \he ~ 01 the Dclo\lmant. All PQl'I1Inct ~ wl/I be."lCIl!C1 .... lhe':l prpfwelonll'tll""" ~,?I d~lm(ler lhlsbld It!lny (30) deya .,..t~g~Clr ~a Pf8(lal,- 1~(l"Qtn. ~~QCQMMI,!N~J1QN~c.iT OR Ill. dete thet the InVl\~ .• ,.f8(lIlvedbYlI!a Aud!Il!r'a anjl :THfi, 'ilIILL'~ PPU"'TYH,I,ZARO Ol'IIGe:whtchal!trlsJet., .• Ala minimum, 'nvolcea shill eOt.1MU~ATIQN,~PGAAM?Ql..IC:V, , include'

(1)'~' .11""""'~.~ •...~ ,91N"'~.1 WORKEtrs'·COMPENsA'I"lON ,and t1m"-" ~llM l'l.~ e\llllll the payment III to be mecIe to• dlff~t adclraat Thltr.. Leor'OOile';' §o406.oeti' I'WclUhis workers' (,2).!;0\!IIl)',~. Purchwa~w:. "orcl~tl)' companeelIon . irl.llIrenee. covlll1lllG 'oreUpersona 0lWr~ '.... " .... ~. l8!\'I!iCI.a11 • bl;1Irilr1Q ,orllOrittrul:llcll' PtClect (3) 1cjanlll!IlIlIon, of1\8~ !l!'"HIl/Il;f., o~n~ 'in J~ for' &~1II"1Y.' 'l1'lerul4ltllil\lllW a conlr~ gOiIftrllllnt8len~tiilltnlilY '-IJIilIIln c.rtIflcatal of (4).,Qulw1llty-or qII.,....' ~ unit Ilriceto. tolaI ilO¥'. 'n r8liilllWri Ibi'lhe ~ift,tioll.01111& P'ojIICt: '1lI'iW •• nd ll:ll.akll!l19'Jnt '"'"~~ •• «itltia ian""eglilobt lnNd.a l"bld (5) Any additonal paymant :nformetion whlon may ce eplCificetton1llld il'I ,cont,." awaii.lild by'. ~lac1forby·the,~,: gov8mnnlll entity and lh_ information required to bllin !!'l!~Ied. nOllc:a.1Q -!"pj!?)'!II6, The rule. !Idopted ~,-~~'~;~ to the Aldtor·, lIIIdlit •..,tIlto· TIllIa'LltIlOf C&liJ;§4C2,061Tfie QI!IQe.~~,\I PayllDla~1';!DclrmJ f.tiI:I(_k. ~il.lfOil.~tllIl6W;ii'.)~lt'oflhiafUl •. ····~ 84H~!or·~lI!Y~,tQ,'~1. Illfj,"~;~oUfblcttb 1'ieC-. ····i''';-:.:,- " ·i~:·.- 9'?9!!t1wr"TIO~: BIdder ah.VProvIde wlthlhis bld 71.~ 811"1· ~ 30~ relPll'1",,1III1 ~1'I.JM!ll"iPY,lhltI:b'CI.F~ : ;.. "" :,'ileo~.II!lOVWli~'7!leae . "i to p~ •• ~l'TIlY .... utt In r8feCliOn 01 the If·¥Ql;.Il ...... any ,q~,~l!Id IQt!J!~ :UijllQafldl~ bid.· ;,\, ;',,: YO\l.,-e 8!'ICO\l!"I8Ii4Jc GOf\~.nl\er the W1'liJ!llIQI\C~1\lY~"tPI.l\!~ p~'I""~ant ~(5121!Jl.3-0

"-3017 09/23/2003 Page 219

1$54, or you mey ClIPthe TeK. Workers' Compen,.tion (1) a OtttifIcal8 of c:ovwage, prior 10that person CornmlMIoI' III (512) 440-3789. begin~ln" work on tilt project. so ill. gover~menlel entity will have on lit ClIrtlft:lllas of cov.raglt showing coy_ge for ell penonl provldkl(; lIetViCIlI on the WOrk"" Comptn'U!m.ln'YCIIlU CovJrtIu: proJec:I; A. DefInition,: Certillcale 01 COY'" rcarti!lcate")-A copy of • certitlc:8le 01 inIurwICe, • C8f1lllcale of (2) no :a_ than .. ven (7) days alter 7lIClIip1by au!hority to HIt·in ..... _lid by lI'lI _lIIIlOn, or a the contractor. a n_ cartfflc8I8 Of CO\IBtBg. showing coverag. eo_nl rrWCC-81, TWCC-82, TWcc-a3, .xtension of COY'rave. If IN oovetlge perIoQ Ihown on or TWCC-84), ailOwlng I!alutory workert' compenal"Jon the CUttlnl certificate of coverall' ends during tile lnllUl'8nCll CO\IlIrlIQlI for tlll per_', or anIlty'a durallon of 1hBproject. employ_ providing "rvlces on a project, for lhe dur8l10nof !he project. F, F. TtMt contraclor shell retain ell ,..quired certlflC8las 01 coverage for the dUl'llllon oi Ihe project and for one yea. O...eUOI'\Of tile projtQl • includes the tine from lha lI'lIrelIfW. beginning 01 the work 011 Ih. project unlli the contnlclor'all*'Qn" wor~ on the proJecl has beanO 0, ",. OOIllJ'aetor 1h8i! notify the QOYBtMlentele~tity In completed and lI<:ClIpleO by ... government" ~, wrlItne by certIlIed 11IIl'i or peraontl ClCllNery. wftll,n Ie" (10) clay. after lIle IlOnlrac:tor knew or ehO'..ld have Persons providing aervlew on th. project know,.. of any nnge thIll rnlIt.1a11y efIIIctt the r'!JbClIntl'lGlor" in .~ ON)" l~alfp~ •. or provisIOn··of CMI'l!IiJIIO',·IOYP81J910r0vlding. servlc:ts 1IInl1lj"~inll ... or ;pert o! IIIe MlVlcw the IlnlhaProject. COntnlClOr has uno.rtak.... to perform on "a projllc:l, regaNIallS of wllether !hill perso~ contraCllld dlllldly I;!. .•.il11e Ci!lIl~.t;"IIl9flon •• ch pr~ lile a \Yj1ll''''':~.1MI11. '~". 9' :W\l~r ".Inal !!ot!l;e.ln tn. leXt, torrr end me~n.r Preecribed by 1ht petIClI'lh,.~~oY"' .•TI1i'~(~I. IlJ)i!iIllon. ,,,. WOrkerS' Comptnaallon Commi,,,o,.. informing 1.~.8(l1.,•.ll9tl~.. :.'!!IIIj;l;lI!ltI!:lor', ~'illll all P8"~ .providlng'~" Qn •1M. ~ .·that thllY ~mp8!l~ 1Jl!l!Or.t:l!W~"!lI"tlIIr~alOl'l,""pI~ ~ ,..qliiril4to.~a~."'d llelfl1O./lqwa pe!JOl1 ofl¥lY, :8Il!!l1 .'!')lIty, orllll\'lPlO¥"S~ JOY ;'11titY Wbi!Il ~ ~.~~l'4lPOIjia.cll«C9VeAig., futnie!l., per:,o"• .JOprqv,dl""arvi_ ·Pn ,•• pIQjlI!ll. "8ervm" inclUll •• Jl/ilnoul1In1l!l1t1Qn,provlding, ,-1h'1g. 1,.l11e_•. I\:lI;illOmrBCtuallyIllqulrt .ach perlOll ordelllillrlDgtqu~or .""'lerln,. or:p~tno,allOt. With whom it conltacla 10 provide servlCllll on 111project. n~,o·.olll'" lervlce reIatM 10 a ptojllCl. to; "Servlces"doea not include aCIMIiaI untelllled to the ptojl!Ct,sl.!Ch:a.~_~. vanCklrt. l>llIce IlIPpIy "\n prevld. COYtreg., oaaeCi on Pl'0Iltt repol'ling cjallVet:ief.BF1lldelfyery of.portabletol., of Cl.'ltlcallon coc. end payroll .mourn. end filing of illY '~'llIJ"II(!'tn •• ·)N/:IIi:'1"""".1I' •...~tory B,:""'~n~:w':proyiOe --. •.~!~ ~'.""""tlt;t.xaaLI\llO!'P!!dt. ~4GIP11(+4) proper reporttng of C!8B8IflcaUon codes and payroil roclnofitt 'M~'lIfO\!kltog ~jce. on.~ projec:li _nil Bnd'ftII19 of any·~lIIlreement.,whlllh roc!he dlJl!lIion,9/ In. projeO\:. m.llIlIlhe~ory .:reqUil1lll)entI. qf.;r:.... L.IIlo!. ClicI!t:; ~. 1:Q1'llH(+,fl P' aIjI ~.cC!f _f~'~ . .(~},jl!'o~!~et~ the CO,'lli';;or, prior to ttlat plilf1Ia" ~~1II\!l8c.1~l!.9I}_IiltoltCt.JQ!';_.,~· ~,\ll\4l b'9!nnlng work on the orojet;l. a OlIIlificale of covetBgll pr~". ~OWlng ,tll.\;,,~alil;e, j.",..~lng dlrovl~ 'or, a~ .~.of,(!tle ,pera9'!'pro~:oing,1l!fiYlClI. on. !hi! C. Tlle~lIlllIll p~.~.;;-' pft)jac;t.fWth!S du",QfIl! ••projttlli to ·me !gD!;lImm~qtfi!n1l\' PI'fO.rto .,biSing. IlVlI~Jne IlOnl!llCl. ' (31prov'da ~00'''''ac:10l', ~iCrlll'\h.e!1'lClflhl! IlO.v.reO' ~.a."""'. cepIflCl!l!!.C!f ~ srowlns Q,.It,,*",'~"W~'~I)9QlI.le .xtenlion of eoverag., If Ihe coverega period s~owr. or' ejlr~_ftl'l!\J, af!c:G\I"'''~ lMlng .ttllI~r_.~,., tI1e.·Q;lrrtllt ..,~~ . QI. ~OYa~, 811dt·.,during !hi! of iht ~~·tAf,qoo.l~lor~" PtiOf iQ tI1•• l!'I14 ~;lI)e lI.l\f8lk)nllf the. pr,qjl!c;!l I;OV~ 1l11iOCl. ft.,..~ ~1GII.q( QO.YllflIll.'.!!d!Iil Itll!~'.lfI1llty.lIl'qw!lith .. ,~, •• (4) obllin from each ol~er cerlon wtlh whom it ,,~; contrae:ts. lWtQ.pI'9yilla' Iqf/l~~!!n\!'acIQr'

E.Ti1a IlOntraCtor from qch perean iheli 0tit81rl' • c" '. (>'(')'~~f~p .•prlor.lOlI1e ptovld1lO,~. Qn••• ~ and;./lIllo,vije,tl! itIB Clllj., p~ ~I'llr!li ~ anthl/~~:art!l 9'»1""m",,,, .~ty, ,.' ..' .,..(i»,.'·~Ce~llflc8te at c:o.",ag. 'haWing ext.nlion of coveragt, prior 10lIle ;)"d of lhe

~40f7 .

------09/23/2003 Page 220 ooverage perIo(l, If the OOIIlrage plrioa IhOwn OIl \he repr~1ilg to the governmental enlily that al' current oertJble of coverage enol dtl'ing tlle dUr8tIon employees of lha contreclor who wwl p'ovidll 18rvlc:el on of the prOJect; the project win be covtt'8d by worKer,' compenseUon COVlltlgl lOr the duration of the project, t!'.at the (II) relllin ell required cer:lf1c8tes of oo_ge on COVlltlge will be bUle or PfDPIr reporting of tile for the d~raUon of thl prolect 8nd for onl ye"r cl.stltle.tlon code, end payroll amountl, and that all thereafter; COV8rII(llI agreaments wll !)e fj,fKj Wiltl t1e appropriate 1n1Uf8l1Cll carrier or, In the C8se of a self-insured, with (8) noll1'y ltI8 govemmen181 entity In wrltInQ by tie comml.. ,on's DIVIsIOnof 5e1f.ln,ural'lC4l Regulat'OIl, CllrtIlIed m'" or per.onal delivery, within ten (' 0) days Providing fllse or mltlladlng In!o'",atlon may IUbj4lcl after lha person knew or .houId !'.eve knoWn, of eny the conlr8clor to adm'niatratf\oe panaltas, criminal C/'I8f\ge that mllt...~'Y e1fet:t. tile provleion 0' coverege p_llleS, clY" j)el\III1e1, or OltIer CIVillIC:tlons, ol eny person P'llViding 18rv,C8Son the project: and K. The contractor's failure to comply with any of these (1) OO'ltnlClually requirE

BID SPECIFICATIONS"

Box e\dY~~ must.,; ,,"~f!lrm19" .. , , .. '," .. ",' "..', '," '>" .. ~tiiin Te'~"ll wlll be paiyWillill/nson Count)' .. per ,Tl'Dot specff!cl!tionitem ~~,

Elieayaiion wlil bji OOli'Dy WI;II#i$Qn'County.Wren co~tr_Cllor I, r~d)' to pr~ CbntrldClr .hall be onprojlCt Within 24 hours of 'l'cav8lJor tII1IHl dtherwJMCirtCted 'bY WilIiliMeon eounty, . ';'.. > ',_"." "'_.'.'~''0' ''','' > -,:,C',. ,:'~_ "': ,- ~...

CONCRETE eox CULVER,S - POUItEO IN PL.ACE BID 09/23/2003 Page 221

AGENDAITEM 19

Consider awarding proposals received for electronic monitoring for the County CSCD to the low proposal meeting Specifications - Sentinal Offender Services.

Moved: COmmissioner Boatright Seconded: Judge Doerfler Motion: to award proposals received for electronic monitoring for the County CSCD to the low proposal meeting spllcifications - Sentinal Offender Services. Vote: 3 - 0, Commissioner Limmer was absent from the dais.

"" ' < Attachment>

WILLIAMSON COUNTY

ADULT PROBATION BVRTCARNBB (CSCD) oJUDQIt 3611'" JUDlClAL DISTRICT BlILY RAY BTl1JIIJLBnZLD Jrll)QB 2P JUDICIAL DISTRICT 301 B.s. Inner Loop Road P.0._251 MIClfA&L JBROINS GBORGBTOWN, TK 78627-0251 oJUDQIt 311$'" JUD1C1AL DlB7'RtCT PHONE: (512/943-3500 WUlW.adUltprobatfon.rurt UNANDIIRSON anetneyer@

September 17, 2003

Ginny Atkinson Purchasing Department County Auditor Williamson County, Tx.

Dear Ms. Atkinson:

Ihave reviewed the proposals for electronic monitoring services that were received pursuant to the request for proposals last month. The following is a summary of the three proposals: ADT Meets specifications, Current provider $2.99 per day standard, installation and retrieval $3.99 per day offender pay, installation and retrieval $5.68 per day passive gps tracking, installation and retrieval

Sentinel Meets specifications $2.90 per day standard $3.75 per day offender pay $5.75 per day gps tracking, installation and retrieval Securicor

Meets specifications Cost per day: $3.34 standard installation and retrieval

After a thorough review of the proposals, it is my recommendation that the award be given to the low proposer, Sentinel Offender Services. Although the gps price is higher, this equipment has not been used by the department yet. In the event that we need gps, the increased price is insignificant. At any rate, it would not be cost effective for a company to provide tracking, installation and retrieval for only a minimum number of units in a split bid situation. f{.2.J-03 c~ fJ-p, C. - Rick Zinsmeyer ~ t ' CSCD Director F